MODIFICATION
C -- Architect-Engineer Services for 3 Indefinite Delivery Type Contracts for the Program and Project Management Division of the Kansas City District
- Notice Date
- 12/13/2007
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- SOURCES-SOUGHT-NOTICE
- Response Due
- 1/14/2008
- Archive Date
- 3/14/2008
- Point of Contact
- Carol Hodges, 816-389-3732
- E-Mail Address
-
Email your questions to US Army Engineer District, Kansas City
(carol.w.hodges@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS MODIFICATION SUPERCEDES EVERYTHING PRIOR TO THIS NOTICE THE INTENT OF THIS NOTICE IS TO IDENTIFY POTENTIAL SOURCES FOR THE SERVICES DESCRIBED BELOW. CONTRACT INFORMATION: Architect and engineering services, procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36, are required to support planning, design and environmental compliance within or assigned to the Kansas City District U.S. Army Corps of Engineers. The contract will involve the preparation of various civil work s planning and design documents, environmental documents, studies, and specifications for various civil works projects, and secondarily, may also be utilized to support planning and design at military installations. Up to three indefinite delivery contrac ts will be negotiated and awarded, each with a total contract period not to exceed three years. The contract(s) will consist of one five-year contract period. The contract(s) will not exceed a total amount of $12,000,000 per contract. Contract(s) will b e structured so as to have a base award contract capacity of $6,000.000, with two follow-on options of $3 million in capacity each. Work will be issued by negotiated firm-fixed-price task orders. The contracts may include task orders with options for plan ning, engineering and design, checking of shop drawings and design during construction. Award of the first contract is anticipated in second quarter of FY 2008. The method used to allocate task orders among contracts will include consideration of experie nce and user needs, capacity to accomplish the order in the required timeframe, performance and quality of deliverables, and proximity of the firm to the project. Funds are not presently available for the contracts. This announcement is open to all businesses regardless of size. If a large business is selected for these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District are: (1) at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 8.8% of a contractors intended subcontract amount be placed with SDB; (3) at least 7.3% of a contractors intended subcontract amount be placed with WOSB; and (4) 3.1% placed with HUBZone small businesses, and 1.5% placed with service Disabled Veteran Owned Small Businesses. T he plan is not required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4 million. 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, as determined rel ative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Task orders may be assigned for any work within the jurisdiction of the Kansas City District, Northwestern Division, or the U.S. Army Corps of Engineers in the Continental United States ( CONUS), but the selection will be based on criteria within the Kansas City District, Northwestern Division. 2. PROJECT INFORMATION. Projects may include the preparation of civil works project justification reports, water resources and related plan ning studies, engineering design of plans and specifications for construction, documents associated with engineering during construction, environmental complian ce documents, and independent technical review. Projects will include planning or design documents for an array of purposes, either singly or combined, including flood damage reduction, river/stream bank stabilization, river and stream hydraulics, environ mental ecosystem restoration, wetland design and restoration, water supply and distribution planning and design, environmental compliance, cultural resources, employment of geographic information systems (GIS), water resources planning, public involvement, dam safety analyses and design, socioeconomic analyses, value engineering, and engineering and design disciplines required for the various project purposes. Projects may also require in some cases hazardous, toxic, and radiological waste (HTRW) evaluatio n work. The contracts issued under this requirement will include continuing funding clauses required for civil works programs: 3. The following specialized experience and technical competence are needed: (1) Flood damage to include levee, floodwall, channel modification, and stream bank stabilization projects; a.) Planning experience to include preparation of planning level documents including reconnaissance, feasibility, or reevaluation reports. b.) Design experience including preparation of design level documents and plans and specifications c.) Geotechnical, structural, civil, cost, and application of other pertinent engineering disciplines. d.) Socioeconomic analysis and incremental economic analysis including HEC-FD A and/or other professionally accepted computational economic analysis tools e.) Application of risk and uncertainty methods and statistical analyses for evaluating feasibility, reliability, and performance of projects. f.) Preparation of NEPA docu ments including Section 404 and Section 401 permit documents, environmental and cultural resource surveys and evaluation reports. (2) Ecosystem restoration to include wetland restoration, stream and river riparian restoration, and stream and river aquatic restoration a.) Planning experience to include preparation of planning level documents including reconnaissance, feasibility, or reevaluation reports. b.) Design experience including preparation of design level documents and plans and s pecifications c.) Hydraulic, geotechnical, civil, cost, and application of other pertinent engineering disciplines. d.) Cost effective and incremental cost analysis using the Corps of Engineers IWR Plan and/or other professionally accepted analysi s tools e.) Biological experience and capabilities in the formulation of planning documents and development of design documents for ecosystem restoration projects f) Preparation of NEPA documents including Section 404 and Section 401 permit document s, environmental and cultural resource surveys and evaluation reports. (3) Water and water related computational analyses, studies or projects a.) River, channel, and stream hydraulics hydraulic analysis of open channel flow, including s teady and unsteady state conditions, using HEC and other industry accepted software b.) Hydrologic studies including rainfall runoff analysis using HEC and other industry standard software c.) Water supply, water treatment, water supply distribut ion, or reservoir yield analyses for water supply planning or design documentation. Projects completed more than five years prior to the date of this sources sought will not be considered. a. Professional qualifications in the following key disciplines: project manager, hydraulic engineering, hydrologic engineering, geotechnical engineering, civil engineering, structural engineering, geology, planning, biology, economic analyses, archeology, cultural resources, mechanical engineering, electr ical engineering, cost estimation, GIS, drafting, surveying. The evaluation will consider education, registration if applicable), and overall relevant experien ce. b. Past Performance on government contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined from references, other sources or ACASS. c. Quality management procedures. Describe t he firms quality management procedures The evaluation will consider quality control coordination between disciplines and subcontractors, quality control procedures (type and timing of reviews, reviewers, etc.). A detailed quality control plan is not requ ired with this submission but will be required subsequent to award of a contract. d. Knowledge of local conditions within Kansas and Missouri, specifically regarding river, stream, soil and climatic conditions (key disciplines hydrologic and hydra ulic engineer, geotechnical engineer, structural engineer, biologist); local construction methods (geotechnical engineer, structural engineer, civil engineer), and local construction climate impact on cost estimating (estimator). Evaluation will look at t he specific experience of the listed key disciplines. e. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disci plines: hydraulic and hydrologic engineer; geotechnical engineer; civil engineer; structural engineer; biologist; economist. f. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority insti tutions in the proposed contract team, measured as a percentage of the total estimate effort. g. Geographic proximity. h. Volume of DOD contracts awarded in the last 12 months to the prime A-E firm. 4. SUBMITTAL REQUIREMENTS. A-E firms having the capabilities to perform this work must send (2) copies of their qualifications statements referencing the above specialized experience and technical competence. The qualifications statements should be addressed to the listed person below n o later than close of business (4:00 PM Kansas City time) on the 14 January 2008. Qualification statements shall not exceed 10 pages (no hyperlinks or electronic media) and have the following: Company Name, Address, Telephone Number, and Fax and if applic able Small Business Category (i.e. 8(a) SDVOSB or HubZone, DUNS Number). Cite whether the experience is that of the prime (or joint venture), consultant or and individual. Also indicate the estimated percentage involvement of each firm on the proposed t eam. This is not a request for proposal, no award will be determined based on the provided qualifications statements. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT-C/Carol Hodges 757 Federal Building<B R> 601 East 12th Street Kansas City, Missouri 64106-2896 5. QUESTIONS. Questions of a technical nature should be addressed to George Cornwell at 816-389-3888 and those of an administrative nature to Carol Hodges at 816-389-3732
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN01469610-W 20071215/071213225117 (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 |