Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
SOLICITATION NOTICE

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

Notice Date
1/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-09-R-0012
 
Response Due
3/3/2009
 
Point of Contact
Christine A. Dale,, Phone: 907 753-5618, Kimberly D. Tripp,, Phone: 907 753-2549
 
E-Mail Address
christine.a.dale@usace.army.mil, kimberly.tripp@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
<h4> Contracting Office Address </h4> US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-0898 <h4> Description </h4> •1. CONTRACT INFORMATION: These Indefinite Delivery contracts are 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 for the required work. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000 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 09 subcontracting goals for this contract are a minimum of 70.0% of the contractor's intended subcontract amount be placed with small businesses; with 6.2% of that to small disadvantaged businesses; 7.0% to woman-owned small businesses; 9.8% to HUB Zone small businesses; 3.0% to Veteran-owned small business, and.9% to service disabled veteran owned small businesses. The subcontracting plan is not required with this submittal. All responders are advised that this solicitation 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 $6,000,000.00 over a term of five 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 intervals. There will be no specific delivery order limit except that of the contract limit. Contract award is anticipated for the 3 rd Quarter of FY09. 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 http://www.ccr.gov and ORCA ( http://orca.bpn.gov ). 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, environmental documents, 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 Works 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 Government 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 AutoCAD (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) using MII software; 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-project 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 formulation policies and procedures, (2) Economist with knowledge of Corps economic evaluation, (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 techniques, 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 documents and process, and (13) Community planner skilled in facilitating the development of community consensus and conducting comprehensive community planning activities, with special emphasis on remote rural and Native American communities. Responding firms MUST address each discipline and clearly indicate which shall be subcontracted. (B) Specialized experience and technical 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 and other 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 quality 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 the contractor, and how those processes will complement and support the government's quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key 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. A detailed quality management plan will be required at the time of a Request for Proposal (RFP). The quality management plan must address the integration of work products of the entire team that is proposed. (F) Past performance on DOD and other contracts with respect to cost control, quality of work, 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 environments. 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. CRITERIA 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 SELECTION 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 as 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. 5. SUBMISSION REQUIREMENTS: 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. 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?formType=SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330 describes the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I and II 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 considered. Note regarding hand carried submittals, express mail or mail delivered commercially: VISITORS TO ELMENDORF AFB: NOTE: BE ADVISED THAT DUE TO BASE SECURITY MEASURES, YOU WILL NEED EXTRA TIME TO PROCESS THROUGH THE GATE. You are required to have the following to obtain a base pass: current Anchorage emissions control inspection certificate, driver's license, DOD ID card (if applicable), proof of insurance, Alaska vehicle registration, and Contracting Division point of contact/telephone number. In addition, contractor must submit a request for pass at least 48 hours prior to the desired date and time of base entry. For a day pass request, please contact R. David Williams, at 907-753-5571 or e-mail request to R.David.Williams@usace.army.mil. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal. <h4 style="MARGIN: 0in 0in 0pt"> Points of Contact </h4> Christine A. Dale, 907-753-5618 Email your questions to US Army Corp of Engineers, Alaska at Christine.A.Dale@usace.army.mil Kimberly Tripp, 907-7532549 Email your questions to the US Army Corp of Engineers, Alaska at Kimberly.Tripp@usace.army.mil <h4 style="MARGIN: 0in 0in 0pt"> </h4>
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e9dd36082d1b5eb148f39f3c10e16fcd&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-0898, United States
Zip Code: 99506-0898
 
Record
SN01739567-W 20090130/090128215108-e9dd36082d1b5eb148f39f3c10e16fcd (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.