Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR CIVIL WORKS AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-05-R-0047
 
Response Due
10/18/2005
 
Archive Date
12/17/2005
 
Point of Contact
R. David Williams, 907-753-5571
 
E-Mail Address
US Army Corp of Engineers, Alaska
(r.david.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This Indefinite Delivery contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications fo r the required work. North American Industrial Classification System code is 541330, which has a size standard of $4,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY 05 subcontracting goals for this contract are a minimum of 50.9% of the contractor's intended su bcontract amount be placed with small businesses; with 8.8% of that to small disadvantaged businesses; 7.2% to woman-owned small businesses; 2.9% to HUB Zone small businesses; and .5% to service disabled veteran owned small businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation, and final award. The contract shall be an indefinite delivery, firm fixed price with a contract limit of $3,000,000.00 over a term of three years. Anticipate more than one contract, but no more than two contracts may be awarded. Contracts may be awarded concurrently or may be staggered at four (4) to six (6) month inter vals. There will be no specific delivery order limit except that of the contract limit. Contract award is anticipated for January 2006. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Regis ter via the CCR Internet site at http://www.ccr.gov All responders are advised that this announcement may be canceled or revised at any time during the solicitation, selection, and evaluation. In addition, no projects are yet authorized and no funds are presently available (See FAR 52.232-18). This solicitation does not guarantee work to selected firms. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include preparation of complete reports or portions of reports, to include: Corps of Engineers reconnaissance reports, feasibility reports, engineering designs (including construction plans and specifications) for small boat harbor, navigation, ecosystem restoration projects, flood damage prevention, storm damage reduction, watershed studies, comprehensive relocation plans and comprehensive community plans for rural villages in Alaska, and other Corps Civil Work s activities. Work may include any portion of Civil Works activities including plan formulation, design, cost analysis, environmental documentation, and economic analysis. Task orders may be issued in support of programs other than Civil Works. The Gove rnment may require that designs be in metric and/or English systems of units. Products shall be produced to Corps of Engineers guidelines and specific formats as set forth by task order. The firm must demonstrate the ability to: Provide drawings in AutoCA D (version as required by the project); use the latest version of MCACES (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS);; provide electronic bid set (EBS) documents; and use SPECSINTACT for all projects unless otherwise directed in the task order. Construction support services may be required. The AE will be required to use the Dr. Check's design review and checking system (permissions and passwords will be distributed on a project-by-proje ct basis). Systems information required for Dr. Checks includes a web browser program, either Internet Explorer (Microsoft) or Navigator ( Netscape) versions 4 .0 or later; the web site is http://www.buildersnet.org/drchecks/ 3. LOCATION: Primarily Various Locations in Alaska. 4. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance. Criteria A-G are primary selection criteria: (A) Professional personnel in the following disciplines are required: (1) Civil engineer with knowledge of Corps of Engineers' plan project formulation policies and procedures, (2) Economist with knowledge of Corps economic evaluatio n, (3) Structural engineer proficient in design of bulkheads, seawalls, pile supported structures, and other features common to Corps Civil Works projects, (4) Coastal engineer proficient in the design and construction of breakwaters, channels, dredging te chniques, and other coastal structures in accordance with Corps' design manuals and procedures, (5) Archeologist who must be qualified to meet SHPO requirements in Alaska, (6) Cost estimator, (7) Geotechnical engineer, (8) Survey crew, (9) Geologist, (10) Hydrologist, (11) Hydraulic engineer, (12) Biologist with experience working with State and Federal resource agencies and with knowledge of the NEPA process, and (13) Community planner skilled in facilitating the development of community consensus and cond ucting comprehensive community planning activities, with special emphasis on remote rural and Native American communities. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted. (B) Specialized experience and techni cal competence in: Corps of Engineers' procedures for planning, engineering, and designs of small boat harbors, deep draft navigation projects, ecosystem restoration projects, flood control projects, storm damage reduction projects, watershed studies or o ther Corps missions; (C) Knowledge of locality: Knowledge of working in Alaska, at remote locations, and during inclement weather conditions (D) Capacity to maintain schedules and accomplish required work on 3 simultaneous delivery orders; (E) A qualit y management plan that will be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government. The plan should address the quality control processes that will be used by th e contractor, and how those processes will complement and support the governments quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of ke y personnel in relationship to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines. The quality management plan must address the int egration of work products of the entire team that is proposed. (NOTE: A detailed quality management plan will be required at the time of a Request For Proposal); (F) Past performance on DOD and other contracts with respect to cost control, quality of wor k, and compliance with schedules; (G) Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environment s. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. CRI TERIA H-J ARE SECONDARY CRITERIA AND WILL ONLY BE USED AS TIE-BREAKERS AMONG FIRMS WHICH ARE RATED AS TECHNICALLY EQUAL AFTER THE INTERVIEW PHASE OF THE SELEC TION PROCESS. The secondary selection criteria in descending order of important are: (H) The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, measured a s a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. (I) Geographic proximity. (J) Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do or from commer cial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional information as indicated : a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c ) Part I, block H(3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. Part I-H of the SF 330 describes the firm's overall Design Quality Management Plan. Part I and I I of the SF 330 must be submitted. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be consider ed. Note regarding hand carrie d submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following procedures: Two (2) work days prior to delivery, t he firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This information must be faxed to 907/753-2544 or forwarded electronically to the POC identified herein. This will be a day pass only. Al l passes are issued at the Boniface Gate, Elmendorf AFB only. Each driver must provide a valid driver's license, proof of current insurance, current IM certificate, and current valid vehicle registration. Requests forwarded after this date will not be cons idered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA85/W911KB-05-R-0047/listing.html)
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00896818-F 20050917/050915213425 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.