Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

C -- IDIQ A-E Contracts for Engineering Design and Related Services

Notice Date
12/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Pittsburgh District, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 21st Floor, Pittsburgh, Pennsylvania, 15222-4186
 
ZIP Code
15222-4186
 
Solicitation Number
W911WN09R0003
 
Response Due
1/9/2009 2:00:00 PM
 
Archive Date
1/24/2009
 
Point of Contact
Carole M. Householder,, Phone: 412-395-7274, James Costantino,, Phone: 412-395-7474
 
E-Mail Address
carole.householder@usace.army.mil, james.m.costantino@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Pittsburgh District Contracting Branch, 1000 Liberty Avenue, W.S. Moorhead Federal Building, Suite 2116, Pittsburgh, PA 15222 Description 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Pittsburgh District, proposes to obtain the services for up to two (2) Indefinite Delivery Architect-Engineer (A-E) contracts for engineering, design and related services. These contracts are being procured in accordance with Brooks A-E Act as implemented in FAR subpart 36.6. Selection of firms for negotiation shall be made in order of precedence based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in this announcement. Each contract will be a maximum of five years or $10,000,000, whichever occurs first. Each contract will have a base period of performance not to exceed one year with up to four additional one year option periods. An option period may be exercised at the discretion of the Contracting Officer. Tasks will be directed by individually issued Task Orders; individual task orders will not exceed $1,000,000. Also, more than one Task Order may be issued concurrently. The criteria to be used in allocating Task Orders among the contracts will be based on the following: (1) Contract Minimums, Task Orders will be distributed to assure the guaranteed minimums are met; (2) Past performance on previous Task Orders, the quality and timeliness of work delivered on prior Task Orders under the current contract; (3) Current capacity to accomplish the Task Order in the required time; (4) Unique specialized experience; (5) Equitable distribution of work among the contractors. 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 on that part of the work that it intends to subcontract. The current subcontracting goals for this district are that a minimum of 70% of the contractor's intended subcontracted amount be placed with Small Business (SB), including 6.2% placed with small disadvantaged business (SDB), 7.0% placed with women owned business, 9.0% for HUBZone businesses, 3.0% for veteran owned small business and 0.9% for service disabled veteran-owned small business. These goals are advisory only. 2. PROJECT INFORMATION: Projects will primarily be located within the Pittsburgh District. However, projects may also be located within the geographical boundaries or mission assignments of the USACE Great Lakes and Ohio River Division (LRD), or other mission assignments (i.e. Support of Hurricane Relief Operations, etc.) assigned to the Pittsburgh District. The Great Lakes and Ohio River Division includes Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh Districts. The A-E Services to be provided under this contract will be multidisciplinary in nature to support the Pittsburgh District and other LRD organization's mission to plan, design, construct, operate and maintain navigation projects (locks and dams), flood control reservoirs and dams, local flood protection projects, river basins, aquatic ecosystem restoration (wetland construction and enhancement, AMD Mitigation, habitat enhancement, urban stream restoration), recreation and other facilities. Services will include, but are not limited to, Mechanical, Electrical, Civil, Structural, Specification, Geotechnical, Sanitary, Environmental, Hydrologic and Hydraulic Engineering, Architectural Design and the necessary engineering support services such as CADD, surveying, value engineering, and cost estimates. The Contractors will be required to provide appropriate personnel, materials, equipment, management, quality, and cost controls to perform all phases of engineering and architectural services to include, but not limited to, engineering investigations/studies; designs; reports; construction plans and specifications; preliminary cost estimates; general construction and engineering type surveys; and Computer Aided Design and Drafting (CADD). Work shall be accomplished in full compliance with established Corps of Engineers manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirements. Work to be accomplished may be required to be performed using the metric system of measurement. 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) through (e) are primary. Criteria (f) through (h) are secondary and will only be used as tie-breakers among technically equal firms. Primary: (a) Specialized Experience and Technical Competence: the firm (the firm shall be considered the prime firm and all subcontractor(s)) and its staff shall have specialized experience and technical competence in: (1) all phases of engineering including experience related or similar to the design and/or rehabilitation of navigation locks and dams; earthen and concrete flood control dams; multi-purpose reservoir project features (i.e. roads, buildings, recreational features); local flood protection projects; wastewater and sewage treatment facilities; water treatment and distribution facilities; environmental designs and studies of acid mine drainage control and remediation; water quality; stream and urban restoration; habitat enhancement; wetland construction and enhancement; energy conservation; pollution control; waste reduction and the use of recovered materials for the design of buildings and other facilities; (2) using innovative design and construction concepts/engineering practices and state-of-the-art technologies; (3) designing projects within constrained construction schedules and funding limitations; (4) producing and delivering CADD drawings in a format fully compatible with MicroStation Version 8.5 or later. Drawing standards shall conform to the CADD/GIS Technology Center-A/E/C CADD Standards Release 2 or latest release ( https://tsc.wes.army.mil ). Firms are required to demonstrate compatibility by submitting relevant samples on CD ROM; (5) delivering data for all required reviews and final submission shall be submitted in both, hard copy and electronic format. All electronic data files will be delivered via compact disc-read only memory (CD-ROM) or as specified by the District. (b) Professional qualifications of the key project management and technical personnel to be assigned to the contract and perform the required services as listed in Section 2, PROJECT INFORMATION. The evaluation of professional qualifications will consider education, training, professional registration, organizational certificates, overall and relevant experience, and longevity with the firm. The firm should indicate professional registrations/licenses, certificates from commercial organizations, professional recognition, professional associations, publications, advanced training, and specific work experience of key personnel. The firm must staff necessary Registered/Licensed Engineers, Architects, Landscape Architects, and Surveyors having professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering, architectural, estimating, scheduling and surveying practices. (c) Past Performance on contracts with Government agencies and private industry in terms of project management, cost control, quality of work, and compliance with performance schedules. (d) Capacity of the firm to accomplish the anticipated work in an efficient manner. The evaluation will consider the experience of the firm in similarly sized projects, the size and qualifications of the firm's staff in the required disciplines, and any significant equipment (to include specialized hardware and/or software) currently possessed and used by the firm.. The firm's staff must be capable of responding to multiple task orders concurrently and within specified performance periods. (e) Knowledge of Locality, geologic, climatic and regulatory (State and local) (both the Pittsburgh District and the Great Lakes and Ohio River Division). Secondary: (f) Extent of participation of Small Business, Small Disadvantaged Business, HUBZone small businesses, women-owned businesses, service-disabled veteran-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (g) Location of the firm in the general geographic area of the Pittsburgh District. (h) Volume of work awarded to the primary firm by DoD during the previous 12 months. 4. SUBMISSION REQUIREMENTS: Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated, specialized technical expertise or other requirements listed. Interested firms having the capabilities to perform this work must submit four (4) current complete Standard Form 330s (SF 330,REV. 6/2004), Architect-Engineer and Related Services Qualifications, Part I and Part II, and any supplemental data, which documents the firm's qualifications. The entire SF 330s qualifications package is limited to 140 (8.5”x11”) pages, excluding sample CADD compatibility CD ROM. Section H, Block 30 of the SF 330 shall include a discussion/specific examples of why the firm is especially qualified based upon the specific selection criteria listed in Section 3, SELECTION CRITERIA. Front and back side use of a single page will count as 2 pages. The SF 330s shall not be smaller than 12 font type. Pages in excess of the maximums listed above will be discarded and not used in evaluation of the selection criteria. Firms must submit a detailed quality control plan with their proposal that outlines specific quality control procedures for this contract and specifically addresses quality control procedures between the prime firm and any subcontractors. Firms must also submit a list of all significant equipment and software, including email and File Transfer Protocol (FTP) capabilities that are to be used on this contract. Firms shall include their ACASS DUNS Number in the SF 330 Part II, Block 4 for the firm and all sub-contractors, this information will be used for past performance purposes under the SELECTION CRITERIA. All firms submitting must be registered with the Central Contractor Registration (CCR); registration can be completed on-line at http://www.ccr.com. Representations and Certifications must be completed electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov within the last 12 months. No other general notification to firms under consideration for this work will be made, and no further action is required. Personal visits to the Pittsburgh District office will not be scheduled. For SF330s being submitted by Express Mail, the delivery address is: US Army Corps of Engineers, ATTN: Carole Householder, 1000 Liberty Avenue, Pittsburgh, PA 15222. The Contract Specialist for this requirement is: Carole Householder, Carole.Householder@usace.army.mil, Phone 412-395-7274. Firms that hand carry their submission are to deliver the package to the 21st floor, Room 2116. Interested firms must provide submittals to the above address not later the 2:00 PM Eastern Standard Time on January 9, 2009. Submittals after this date and time will not be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b5180415b3043fb377a35db4d4afd8a7&tab=core&_cview=1)
 
Record
SN01714019-W 20081206/081204222332-b5180415b3043fb377a35db4d4afd8a7 (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.