Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2007 FBO #2015
SOLICITATION NOTICE

C -- Firm Fixed Price Contract for Architecture, Engineering and Design Services for the U.S. Army Corps of Engineers, Detroit District

Notice Date
6/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Detroit, 477 Michigan Avenue, Detroit, MI 48226
 
ZIP Code
48226
 
Solicitation Number
W911XK-07-R-0013
 
Response Due
7/2/2007
 
Archive Date
8/31/2007
 
Small Business Set-Aside
N/A
 
Description
C  FIRM FIXED PRICE CONTRACT FOR ARCHITECTURE, ENGINEERING AND DESIGN SERVICES FOR THE DETROIT DISTRICT, U.S. ARMY CORPS OF ENGINEERS 1. CONTRACT INFORMATION: Professional Architecture, Engineering and Design Services are required for a firm fixed price contract within the Detroit District mission boundary. One (1) firm will be selected for negotiations based on demonstrated competen ce for the required work. Offerors are cautioned to read this announcement in its entirety. The contract awarded as a result of this announcement will be administered by the Detroit District through its preparation of a Request for Proposal (RFP) for t he proposed work. The contractor selected will need sufficient resources and flexibility to be able to furnish a full range of professional architecture, engineering and design services related to design of approximately 22 miles of interceptor sanitary sewer line, including pump stations and appurtenances. The proposed interceptor is to be located in southeast Genesee County and will serve Atlas Township, Grand Blanc Township, Village of Goodrich, and the City of Grand Blanc. Its purpose is to allevi ate existing sewer surcharges and provide adequate conveyance consistent with the assumptions for growth in both service areas and customers. It will initially serve 90 square miles with the ultimate capacity to serve 180 square miles. Expected servi ces may include, but are not limited to, the following: architectural design of pump stations and surrounding landscape; technical design of sanitary sewers and pump stations, including hydrologic analyses; preparation of engineering and design report doc uments, construction plans and specifications, and cost estimates. A firmed fixed price contract will be negotiated and awarded. The proposed services will be negotiated and obtained through the issuance of a firm fixed price task order. This announceme nt is open to all businesses regardless of their 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 on the part of this work it intends to subcontract. The subco ntracting goals for this contract are that a minimum of 51.2 % of the contractors intended subcontract amount be placed with small businesses (SB), including; 8.8 % with small disadvantaged businesses (SDB), 7.3% with women owned small businesses (WOSB), 3.1 % with HUB Zone small businesses, and 1.5% to service-disabled veteran-owned small business. Written justification must be provided if the minimum small business goals cannot be met. The detailed subcontracting plan is not required with this subm ittal. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The majority of the profess ional services are required for work related to the architecture, engineering and design of 22 miles of new sanitary interceptor sewers, including pump stations and appurtenances. The existing system is at or nearing capacity and is currently being taxed which results in surcharge conditions. The construction cost for the project is estimated to be greater than $ 10,000,000. The non-Federal Sponsor is the Genesee County Drain Commissioner. The Genesee County Drain Commissioners Office prepared a re port entitled: 2001 Sewer System Analysis Update of the Genesee County Sewage Disposal District # 1 ARTP Service Area. This report divided the Kearsley Creek Interceptor Project into four (4) sections. The sections were determined by endpoints needed f or various routing options. It is the intent of the Detroit District to provide a design of the route alternative that has been selected by the non-Federal sponsor. It is anticipated that design services may be funded over a 3 year period with a require ment that contract packages for construction be developed during this time. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are pri mary. Criteria f-h are secondary and will only be used if necessary as tie-breakers in rating the most highly qualified firms. (a) Demonstrate recent (last 10 years) Specialized Experience and Technical Competence in or related to: sanitary sewer design, including pump stations and related appurtenances; site investigations; topographic surveys; utility location; soil borings and geotechnical reports; hydrologic analyses, engineering studies to support design development; use of Microstation CADD; use of Corps of Engineer standard programs for cost estimating (MCACES  version MII); specifications (SPECINTACT), use of Geographic Information Systems (GIS); and Dr. Checks. (b) Capacity to Accomplish the Work: The selected firm shall have available for work on this contract adequate professional and technical personnel in the following disciplines: architecture, civil/sanitary engineering, structural engineering, geotechnical engineering, geology, electrical engineering, mechanical engineering, hydraulic eng ineering, hydrology, surveying, biology, cost estimating, specification writing, GIS and CADD technicians. (c) Professional Capabilities: A-E contractor will have (either in-house or through consultants) qualified registered professional personnel in t he state of Michigan in the following key disciplines: Architecture, Landscape Architectecture, Surveying, Geology, and Engineering (Civil, Electrical, and Mechanical). The evaluation will consider education, training, certifications, registration, and re levant experience and longevity with the firm of key technical personnel. (d) Past performance on DoD and other contracts, preferably Corps of Engineers contracts, with respect to cost control, quality of work and compliance with performance schedules. Firms may include documentation of past performance on recent similar contracts with other Federal, State and local governments. The firm must demonstrate an effective quality control program that has delivered high quality products, on time and within bu dget. e) Demonstrate knowledge of the project vicinity that the firm possesses to accomplish the engineering and design services to be provided listed in paragraph 1 above. The offeror shall demonstrate knowledge and experience working with federal, stat e, and local regulatory agencies as well as local utility providers serving the project area to include electrical power, water and sanitary sewer, cable TV, and natural gas. f) The geographic proximity of the firm to the general geographical area of the Detroit District. g) Firms must show the extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the to tal estimated effort. h) Volume of DoD contract awards in the last twelve months. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit two copies of SF 330(6/2004) for the prime firm and all subcontractors, to the above address not later than the 4:30 PM (Eastern daylight time) on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Regul ations require that the selection board not consider any submittals received after this time and date. Solicitation packages are not provided. The SF 330 should specifically address the requirements of this announcement. Section E shall be limited to 10 pages. Section F shall be limited to 5 projects, 10 pages total. Section H shall be limited to 15 pages total. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. The firm shall present a proposed organization chart and a narrative describing how the organization will function. The offeror shall identify those functions to be subcontracted out and where those subcontractors are located. Include the firms ACASS number for the prime and key subcontractors in SF 330, block 10. For ACASS information, call 503/808-4590. In Block 30, describe owned or leased equipment that will be used to perform this contract as well as CADD capabilities. This is not a Request For Proposal. Cover letters, company literature and extraneous materials are not desired and will not be considered. Personal visits to discuss this announcement will not be scheduled. A s required by acquisition regulations, interviews for the purpose of discussing prospective contractors qualification for the contract will be conducted only after submittal review by the selection board. Interviews will be conducted by telephone. This pr ocurement is UNRESTRICTED. Point of Contact in Contracting Division: Mr. Vernard Moore, 313-226-6433.
 
Place of Performance
Address: US Army Corps of Engineers, Detroit 477 Michigan Avenue, Room 700 Detroit MI
Zip Code: 48226
Country: US
 
Record
SN01308627-W 20070603/070604105948 (fbodaily.com)
 
Source
FedBizOpps 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.