Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOLICITATION NOTICE

C -- IDIQ Architect-Engineer (A-E) Contract for Engineering & Planning Services forProjects in Support of Various Water Resources, Mil/Civ Works, & Int'l & Interagency (IIS) within the SWD Boundaries & Tulsa District Customers.

Notice Date
3/13/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Tulsa, US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-09-R-1013
 
Response Due
4/15/2009
 
Archive Date
6/14/2009
 
Point of Contact
Sherri Stangle, 918-669-7105<br />
 
Small Business Set-Aside
N/A
 
Description
Point of Contact: Ms. Brenda Anderson, 918-669-7274 1. Contract Information: Required services consist of Engineering and Planning Services for Projects in Support of Various Water Resources, Military, Civil Works, and International and Interagency (IIS) within the Southwest Division (SWD) Boundaries and for Tulsa District Customers. A majority of the work will be located in Oklahoma, Kansas, and Texas, but may encompass work in other states covered by the geographic region included in the SWD boundaries. These services shall be procured under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract in accordance with PL 92-582 (Brooks Architect-Engineer Act) and FAR Part 36. A minimum of one Indefinite Delivery Contract will be negotiated and awarded. The resulting contract will be negotiated and awarded with a base contract period of one year and up to four option periods, and a total estimated contract value of not more than $12 million. The contract(s) shall continue as option periods are exercised at the sole discretion of the Government for a time period not to exceed 5 calendar years in total, or upon obligation of the total value of the contract, whichever occurs first. The minimum guaranteed amount of the base year is $20,000; there is no minimum guarantee for any subsequent option years. Work will be issued by negotiated firm fixed-price task orders. This is not a request for proposal, and there is no bid package. This is an UNRESTRICTED acquisition. Award of a first contract is anticipated during 2009. Additional contracts may be awarded to firms considered to be otherwise successful offerors under this solicitation for a period of one year from the date of this synopsis. Contractors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. This announcement is open to all businesses regardless of size. If a large business is selected for a contract, 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. For information purposes, the subcontracting goals for the Tulsa District for Fiscal Year 2009 are 70% for small business (SB), 6.2% for small disadvantaged business (SDB), 7% for woman-owned small business (WOSB), 0.9% for service-disabled veteran-owned small business (SDVOSB), 3% veteran-owned small business, and 9.8% for HUBZone small business; however goals are subject to change and large businesses must comply with the goals in effect at the time of contract award. The wages and benefits of service employees performing under this contract (or contracts) must be at least equal to those determined by the Department of Labor under the Service Contract Act, in accordance with FAR Part 22.10. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 800-334-3414. 2. Project Information: Services will consist of, but not be limited to, assistance in preparation of structural and non-structural components of alternative plans for flood damage reduction; inland navigation studies; environmental restoration studies; and related environmental planning and engineering services, community planning activities for planning assistance to states, and support for civil construction projects. Services may include similar support to the Tulsa District Military Customers as well. Planning report capability will include preparation of reconnaissance, feasibility, support for others, and planning assistance to state reports. Responding firms should have personnel capable of performing work in the following areas: 1) Planning and economic analyses of water resource projects based on Corps of Engineers regulations and policies, all related state and federal agency policies and regulations within the states where studies or projects are located; 2) Flood warning and emergency evacuation plans; 3) Structural analysis of existing residential, public, and commercial buildings; 4) Field data collection; 5) Design of structural measures (i.e., levees, channel modifications, detention basins, pump stations, etc.) and non-structural measures (i.e., flood proofing, evacuation, and raising in place) for flood damage reduction; 6) Hydrologic and hydraulic analyses and design activities of flood damage reduction measures (experience with programs developed by the Hydrologic Engineering Center (HEC)); 7) Ecosystem restoration analysis including cost effectiveness incremental cost analysis, Habitat Evaluation Procedure (HEP), Institute for Water Resources (IWR) Plan program; 8) Preparation of social and economic profile studies; 9) Construction cost estimating using the Micro-Computer Aided Cost Estimating System (M-CACES); 10) Report writing; 11) Environmental impact analysis (NEPA documentation); threatened and endangered species surveys; cultural resources analysis; and hazardous; toxic, radiological waste (HTRW) site clearance phase I analyses for civil works projects; 12) Plan and design of environmental restoration projects; 13) Inland navigation studies; 14) Life cycle cost analyses; 15) Graphic and cartographic support of report production; 16) Capable of operating in a GIS environment (using ARC-Info, ARC-View, & GeoMedia). Capable of operating in a CADD environment using Microstation; 17) Lake sedimentation analysis including formulation of alternative prevention/disposal methods; 18) Condition analysis of existing flood damage reduction structures including levees, floodwalls, and pump plants; 19) Recreation benefit analyses using methodologies to include, but not limited to, Unit Day, contingent value or travel cost procedures. Ability to estimate initial visitation, forecast future visitation and assign benefits; 20) Real Estate Appraisals; 21) Public Involvement/Awareness Workshops; 22) Environmental infrastructure such as sewers and treatment facilities; 23) Bioengineering and biotechnical capabilities; 24) Planning and design of waterfront and port development; 25) Support Dam Safety Studies 26) Other A-E studies related to the above. 3. SELECTION CRITERIA: The primary selection criteria for this solicitation 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. A. Past Performance on DoD and other contracts with respect to cost control, quality of work compliance with delivery schedules, history of working relationships with consultants, timely construction support and overall cooperativeness and responsiveness. B. Experience: 1. Specialized experience and technical competence in the expected activities identified in item 2 above, as evidenced by the resumes of the personnel assigned to this project, as well as that of the firm. 2. Designing within cost limitations. 3. Design Quality management, especially coordination of disciplines and subcontractors. C. Knowledge of Locality: Geographical location & knowledge of the locale of the project. D. Professional Qualifications: Qualification of personnel in the following disciplines: economics; civil, structural, hydraulic/hydrologic, geotechnical, chemical, mechanical, electrical, & environmental engineering; architecture; landscape architecture; community planning; ecology; environmental science; architectural historian; archeologist; biology; botany; social sciences; geology; and graphics/cartography. The architect, landscape architect, civil, structural, hydraulic/hydrologic, geotechnical, chemical, mechanical, electrical, and environmental engineering disciplines must include at least one registered professional. Particular focus will be on the qualifications of the personnel with relevant experience on similar projects. E. Sufficient capacity to work simultaneously on two designs for projects with a construction value of approximately $50,000,000. The following secondary criteria shall be used as tiebreakers. F. Volume of DOD contract for Engineering and Planning Services in the past 12 months. G. Small Business and Small Disadvantaged Business participation. The extent of participation of Small Businesses and other Socio-Economically Disadvantaged Small Businesses or Entities will be measured as a percentage of the total anticipated contract effort regardless of whether the Small Business or other Socio-Economically Disadvantaged Small Business or Entity is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. H. Geographic proximity. Location of the firm should be identified in relation to the location of the Tulsa District. 4. Submittal Requirements: Interested firms having the capabilities and qualifications to perform this work must submit one copy of the SF 330 Parts I and II to the above address no later than 11:00 a.m. on April 15, 2009. This date and time are strictly enforced and late packages will not be considered. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Firms shall present a proposed organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned their). Include in your submittal the DUNS number for each firm listed in the SF 330, Section C, Block 9. For DUNS information, call 503-808-4590. Address all Selection Criteria in descending order of importance (as defined in Section 4 of this announcement above) in the SF 330, Section H. Describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities in Section H. Also, indicate the estimated percentage involvement of each firm on the proposed team in Section H. This is not a request for proposal. Cover letters and extraneous materials are not desired and will not be considered. Personal visits to discuss this acquisition will not be scheduled. As required by regulations, interviews for the purpose of discussing prospective contractors' qualifications will be conducted only after review of submittals by the selection board. Interviews will be conducted by telephone. Questions should be addressed to: Ms. Brenda Anderson at 918-669-7274, U.S. Army Engineer District, Tulsa, 1645 South 101st East Avenue, Tulsa, Oklahoma 74128-4609. This procurement is unrestricted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81ad820337abeff11ebc0e45dee1eec6&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK<br />
Zip Code: 74128-4609<br />
 
Record
SN01769474-W 20090315/090313220949-81ad820337abeff11ebc0e45dee1eec6 (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.