SOLICITATION NOTICE
C -- A-E Services for an Indefinite Delivery Contract for preparation of studies and designs at various locations as directed by Norfolk District, Corps of Engineers. Majority of the work will be for SDDCTEA.
- Notice Date
- 5/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-05-R-0019
- Response Due
- 6/17/2005
- Archive Date
- 8/16/2005
- Small Business Set-Aside
- N/A
- Description
- CONTRACT INFORMATION: A-E design services are expected to be required for a variety of projects including traffic engineering studies, computer modeling of military transportation systems, and GIS and outloading studies at various military facilities . One or more Indefinite Delivery Contracts (IDC) will be negotiated and awarded for a period of up to three years. The cumulative value of all task orders for the three year period will not exceed $ 3,000,000. PROJECT INFORMATION: A-E services are exp ected to be required for field investigation, project programming documents, feasibility and life cycle cost studies, traffic studies, computer modeling including application and expansion of IRRIS, and GIS investigations. SELECTION CRITERIA: I) Demonstrated experience by the prime firm and its consultants in traffic engineering, computer modeling, and GIS investigations in DOD projects. 2) Demonstrated experience by the prime firm and its consultants in traffic engineeri ng, computer modeling, and GIS investigations in private sector and other government agencies projects. 3) Demonstrated experience by the prime firm and its consultants in traffic engineering, computer modeling, and GIS investigations working with other engineers/architects. 4) Computer resources -firms must indicate in Block H of the SF 330 the following items: a) accessibility to and familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specific ation system, the MCACES cost estimating system, and the DRCHECKS review management system; b) demonstrated CADD capability with capacity to produce output files in .DXF or .DWG file format (mentioning a propriety product is not acceptable); c) access to a Hayes compatible modem, 2400 baud or better; d) must have two years experience with Active Server Page(s) for Web Based Applications; e) must have demonstrated experience with Environmental Sciences Research Institute and Intergraph web-based GIS tools; f) experience in developing wireless application protocol applications; g) experience developing web-based real-time weather and traffic applications; h) successfully completed a project integrating Oracle Spatial; successfully deployed a web- based soluti on using geomedia web enterprise; i) must have the ability to serve enterprise, spatial, web applications in a production environment; j) must have access to and demonstrate experience in use of the Interactive Road/Rail Information System (IRRIS) PROFESSI ONAL QUALIFICATIONS: (1) The design team must demonstrate registered professional capability (in-house) for Civil Engineers experienced in transportation as well as other areas of Civil Engineering. (2) Project Team Management Plan including team organizat ion and proposed method of carrying out the work to meet specific project requirements and schedule. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 33 0 for the design team to the above address. Firms responding to this announcement by 4:00pm eastern standard time on June 17, 2005 will be considered. Submittals by facsimile transmission will not be accepted and will be considered nonresponsive. Forms ma y be obtained through GPO at {202)512-1800 or via the web site at http://www.gsa.gov/forms/zero. ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRACT. Failure to be registe red in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the web site at http://ccr2000.com. The SF 330 must also i nclude the following: a. Block H: prime firm's ACASS # and distance (in terms of POV dri ving miles) from address of office to perform the work and the Norfolk District. For ACASS information, call 503-808-4591; b. Block H. include your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. c. Firms wit h more than one office -(1) Block C: this block should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Block E: each key person's office location; d. Block E: registrations must include the year, discipline and state in which registered; e. Block 19: Include a descriptive project synopsis of major items of work; f. Block 19. Indicate fee in terms of thousands of dollars, not percentage of work completed. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
- Place of Performance
- Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
- Zip Code: 23510-1096
- Country: US
- Zip Code: 23510-1096
- Record
- SN00810398-W 20050520/050518212136 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |