Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

C -- A-E PLANNING SERVICES FOR INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR CIVIL WORKS WITHIN THE NORTHWEST DIVISION USACE

Notice Date
3/20/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-R-0048
 
Response Due
4/21/2009
 
Archive Date
6/20/2009
 
Point of Contact
Janice Cook, 402/995-2052<br />
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect-Engineer services are required for up to two Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to support Architect-Engineer Multi-disciplined professional planning services for Civil Works projects within the Northwest Division, USACE of Corps of Engineers. This solicitation will facilitate award of up to two contracts. One contract shall have a maximum capacity of $9,500,000 and the other shall have a maximum capacity of $5,000,000. These contracts will be open to all businesses, regardless of size. The contracts will have a base period of one year and four option periods of one year each. The purpose of the contract is to support Architect-Engineer multi-disciplined professional planning services. This contract will provide integrated architect and engineering services, including, but not limited to, preparation of civil works decision documents, water resources and related planning studies, analysis and surveying, engineering design of plans and specifications for construction, environmental compliance, and independent technical review. Relevant project-related work may include, but is not limited to, limited re-evaluation, general reevaluation, major rehabilitation, reconnaissance and feasibility level project planning efforts and reports for an array of purposes, either singly or combined, including ecosystem restoration, flood risk management, navigation improvements, hydropower improvements, municipal and industrial water supply, shoreline and stream bank stabilization, storm damage reduction, dam safety analysis and design, and fish passage and recreation. In some cases, projects may also require hazardous, toxic, and radiological waste (HTRW) evaluation work. Relevant work may encompass all interdisciplinary services required for all planning, and design phases of specific water resource projects. This announcement is open to all businesses regardless of size. Final AE selection and award of the contracts is anticipated in May 2009. For all large business entities, a subcontracting plan will be required prior to award of the contracts, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. A minimum of 70.0% of any subcontracting dollars shall be placed with small business (SB) concerns. At least 6.2% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB) to include Historically Black College and University or Minority Institutions, 7.0% with Women-Owned Small Businesses (WOSB), 9.8% to HUB Zone small business firms, 3% with Veteran-Owned Small Businesses (VOSB), and 0.9% with Small Disadvantaged Veteran-Owned Small Business (SDVOSB). The North American Industry Classification Code (NAICS) is 541330, which has a size standard of $4,500,000 in average gross annual receipts over the past 3 fiscal years. It is imperative that all Small Disadvantaged Businesses (SDB) contact their Small Business Administration (SBA) Office to obtain SDB Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive credit for utilizing SDB contractors/subcontractors. The subcontracting plan is not required with this submittal, but will be requested from large business concerns after selection and prior to contract award. 2. PROJECT INFORMATION: Projects will be assigned by Task Orders on the IDIQ contracts established as a result of this solicitation. All projects will be located within the USACE, Northwest Division, and most projects will be located within the boundaries of the Omaha District. Services the contractor will be tasked to accomplish may include, but are not limited to: a. Preparation of planning level documents including reconnaissance, feasibility, or reevaluation reports in accordance with ER 1105-2-100 and other pertinence guidance, laws, and regulations. b. Preparation of NEPA compliance documents including Environmental Impact Statements, Environmental Assessments, endangered species assessments/evaluations, and Section 404 and 401 permit documents. c. Fish and wildlife habitat, water and air quality, and terrestrial ecology surveys, studies, and analyses. d. Ecosystem restoration including wetland design and restoration, stream and river riparian design and restoration, and stream and river aquatic restoration. e. Ecosystem restoration analysis including cost effectiveness and incremental cost analysis using habitat evaluation procedure (HEP), Institute for Water Resources (IWR) Plan program and/or other professionally accepted analysis tools. f. Socioeconomic and natural resource economic analyses including Hydrologic Engineering Center Flood Damage Analysis (HEC-FDA) Model and/or other professionally accepted computational economic analysis tools. g. Risk management analysis including application of risk and uncertainty methods and statistical analysis for evaluating feasibility, reliability, and performance of projects. h. Recreation benefit analysis and natural resource master planning. i. Cultural resource and archaeological surveys and evaluation reports. j. Employment of geographic information systems (GIS) using ESRI or other industry standard GIS software and Computer-Aided Design and Drafting (CADD) using Microstation or other industry standard CADD tools (includes generating Aerial Photography, Topographic/ Bathymetric Surveying and Mapping, database development, preparation of contract drawings and specifications CADD Drafting). k. Field data collection. l. Project management and plan formulation. m. Technical review of reports, design analyses, and plans and specifications. n. Public and interagency scoping, mediation, and involvement. o. Real estate activities and assessments required for planning and design analyses. p. Cost estimating using the Micro-Computer Aided Cost Estimating System (M-CACES). q. Hydrologic analyses and design activities including rainfall runoff analysis using programs developed by the Hydrologic Engineering Center (HEC) and other industry standard software. r. Hydraulic analyses and design activities including steady and unsteady state analysis using HEC and other industry standard software. s. Preparation of flood warning and emergency evacuation plans. t. Conduct socioeconomic analyses including assessments of economic impacts, projection of socioeconomic needs, economic and social risk-based analyses, and regional economic evaluations. u. Engineering and design services including civil, hydrologic, hydraulic, environmental, structural, geotechnical, geomorphology, mechanical and electrical. v. Hazardous, Toxic, and Radioactive Waste (HTRW) Engineering including both chemical and physical soil borings and sediment testing. 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-e are primary. Criteria f and g are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in the areas listed above. Only experience that has occurred in the last five years should be included in the proposal. All projects cited shall identify start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F) b. Past performance on DoD and other contracts with respect to quality of work, cost control and compliance with performance schedules. (This criterion will be evaluated from Architect-Engineer Contract Administration Support System (ACASS) information obtained by the Omaha District Office) c. Professional qualifications and specialized experience of the proposed team members (including consultants) in providing services similar to those listed above in the following disciplines: civil, structural, hydrologic, hydraulic, electrical, chemical, mechanical, environmental, and geotechnical engineers; architect; landscape architect; surveyor; project manager; community planner; economist; water resources planner; recreation planner; geologist; biologist; botanist; geomorphologist; ecologist; soil scientist; archeologist; cultural anthropologist; cultural resource specialist; ethnographer; environmental scientist; cost estimator; real estate specialist; GIS specialist (Geographer/Cartographer/ Geospatial Data Analyst); CADD technician; and technical report writer. The architect, landscape architect, civil, structural, hydraulic/hydrologic, geotechnical, chemical, mechanical, electrical, and environmental engineering disciplines must include at least one registered professional. Evaluation of these disciplines will consider education, training, relevant experience in planning services similar to those listed above, and longevity with the firm. Any past planning experience on USACE Civil or Military projects should be identified. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the required schedule. (SF 330, Part I, Sections E & G) d. Work management: A proposed management plan shall be presented that includes an organization chart and addresses team organization, any anticipated sub-contractors or entities to supplement the team, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. (SF 330, Part I, Section H, Item 1) e. Capacity to complete potential task orders within a reasonably aggressive schedule. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (SF 330, Part I, Section H, Item 2) f. Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. (SF 330, Part I, Section H, Item 3) g. Volume of DOD contract awards in the last 12 months. (SF 330, Part I, Section H, Item 4) 4. SUBMISSION REQUIREMENTS: a. Interested firms must submit three copies, each containing Parts I and II of the SF 330 information. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). The SF330 shall have a page limit of 130 pages. A page is one side of a sheet, 8-1/2 by 11. If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be less than 10 font. b. Include the firms DUNS number with the firms name on the SF330, Part I, Block B, 5. If you do not have a DUNS number, contact Dunn and Bradstreet at 1-866-705-5711. In addition, on the SF330, Part I, Block C., provide the DUNS number for each consultant, if available. NOTE: Previous ACASS numbers that may have been assigned to your firm are obsolete, and therefore not required. c. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1 Management Plan Include the information requested in Paragraph 3c above. (2) Item 2 - Capacity to complete the work. Reference Paragraph 3e above. Provide a 1-2 page narrative discussing the capacity of the firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight schedules. (3) Item 3 - Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. (4) Item 4 Volume of DOD contracts within the last 12 months Reference Paragraph 3g above. Provide a complete listing of all DOD projects performed within the last 12 months, no matter what stage of effort required. d. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1- 866-705-5711. e. Mailing address for submission: US Army Corps of Engineers, 1616 Capital Avenue, Omaha, NE, 68102, ATTN: Jan Cook, Solicitation Number W9128F-09-R-0048. Ms. Cook can be reached at 402-995-2052 and via Internet jan.m.cook@usace.army.mil. All technical questions should be directed to Ms. Kara Reeves, (402) 995-2688. Solicitation packages will not be provided. This is not a request for proposal. Submittals must be received no later than 1400 Central Time, 21 April 2009. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd5aa5ba0d29b8d9023a92f48426aac9&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01774232-W 20090322/090320220540-bd5aa5ba0d29b8d9023a92f48426aac9 (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.