Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
MODIFICATION

C -- Indefinite Delivery Indefinite Quantity A-E Contract for Hydrologic and Water Management for Civil Works Projects and Military Installations within the geographical boundaries of the South Pacific Division

Notice Date
2/14/2008
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-08-R-0009
 
Response Due
3/5/2008
 
Archive Date
5/4/2008
 
Point of Contact
Carolyn E Mallory, 916-557-5203
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento
(Carolyn.E.Mallory@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment revises paragraph 1. CONTRACT INFORMATION as follows: (1) FROM One or more firms TO One firm will be selected for negotiation; (2) Base period and any option will not exceed FROM $2,400,000 TO $2,000,000; (3) Total contract am ount shall not exceed FROM $12,000,000 TO $10,000,000; (4) Minimum guarantee for the base year of the contract will be FROM $24,000 TO $20,000; and (5) DELETE all reference to multiple award The paragraph now reads as follows: 1. CONTR ACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. See governmen t-wide numbered notes 1 and 24. A-E services required encompass all aspects of hydrologic and water management analysis for water resource public works projects, environmental restoration projects, water quality projects, water control data systems or hyd rologic or water resource/quality aspects of military construction projects primarily in Northern and Central California, but may also be used within the civil and military boundaries of the Sacramento District (SPK) area of responsibility (AZ, CA, NM, NV, UT, and parts of CO, WY, OR and ID), within the South Pacific Division (SPD) (Sacramento, San Francisco , Los Angeles and Albuquerque Districts) area of responsibility, or within any of SPKs or SPDs specific customers geographic boundaries, as determined by the Contracting Officer. The projects may be in the preauthorization phase or authorized by Congress to proceed to construction. Services may also be used to support the Corps of Engineers (COE) during flood emergencies. The end result of these studi es/projects will primarily be Hydrology Office Reports, Technical Appendices to planning or design documents, and Water Control Manuals. A specific scope of work and services required will be issued with each task order. The North American Industrial Cla ssification System code (NAICS) is 541330, Engineering Services, which has a small business size standard of maximum $4.5 million of average annual receipts for the preceding 3 fiscal years. The Standard Industrial Code (SIC) is 8711. This requirement is a 100% small business set-aside. The contract(s) will be negotiated and awarded within one year after the required response date to this announcement. A Firm, Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be negotiated and is anticipated to be awarded in June 2008. The contract will be for a maximum of a one-year base period from the date of award and will contain options to extend 4 additional one-year periods. The contract amount for the base period and any option w ill not exceed $2,000,000 for each period. The total contract amount shall not exceed $10,000,000. Individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Government. At the discretion o f the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, t he new option year rates will take effect on the anniversary date of the contract period. If the Total Estimated Price of the base year or any option year is not awarded within that years 12-month performance period and the Government has elected to exer cise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimate Price of the option period being exercised. At the discretion of the Government, if an option year is exercised early and unused capacity is rolled ove r, the Government may extend the period of service to coincide with the anniversary date of that period. The minimum guarantee for the base year of the contrac t will be $20,000. 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 relative to the employees o ffice location (not the location of the work). Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. To be eligible for contract award, a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://www.ccr.gov/, or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete annual representations and certifications at https://orca.bpn. gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation) of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000.00, the USACE will evaluate contractors performance an d prepare a performance report using the Architect-Engineer Contract Administration Support System (ACASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access , review and comment on the evaluation for a period of 30 days. Accessing and using ACAASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was i mplemented to provide security in electronic transactions. The certification software could cost approximately $110 - $125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: http://www.cpars.navy.mil/. If the Contractor wishes to participate in the performance evaluation process, access to CCASS and PKI certification is the sole responsibility of the Contractor. The Secretary of the Armys Contractor Manpower Reporting (CMR) requirement will be incorporated into the anticipated contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mis sion; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being support. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. There are no changes to paragraphs 2. PROJECT INFORMATION, 3. SELECTION CRITERIA or 4. SUBMISSION REQUIREME NTS. The closing date is hereby UNCHANGED.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01509281-W 20080216/080214230050 (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.