Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2013 FBO #4180
SOLICITATION NOTICE

C -- C-INDEFINITE DELIVERY CONTRACT FOR ARCHITECT/ENGINEER SERVICES FOR STRUCTURAL SERVICES AND CIVIL WORKS

Notice Date
5/3/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-13-R-0028
 
Response Due
6/3/2013
 
Archive Date
7/2/2013
 
Point of Contact
sandra.fletcher, 215-656-6915
 
E-Mail Address
USACE District, Philadelphia
(Sandra.G.Fletcher@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: DISREGARD REGISTRATION INSTRUCTIONS. NO SOLICITATION DOCUMENT WILL BE ISSUED. THEREFORE, IT IS NOT NECESSARY TO REGISTER. INTERESTED PARTIES PLEASE SEE PARAGRAPH 4. quote mark SUBMISSION REQUIREMENTS quote mark BELOW. POC: Paul D. Bacani, (215) 656-6606. The Philadelphia District, U.S. Army Corps of Engineers intends to award a one (1) year Indefinite Delivery Contract with options for up to two (2) additional twelve (12) month periods to primarily support civil works missions assigned to the district. Support for the Work-for-Others and Military Missions will be secondary efforts under this contract. The maximum task order limit is $700,000.00. The cumulative amount of all task orders in either the Base or Option period shall not exceed $1,000,000.00. The cumulative amount of all task orders for the Base and Option periods shall not exceed $3,000,000.00. Options may be awarded at the discretion of the Contracting Officer based on reaching the dollar limit or the time period. 2. PROJECT INFORMATION: The selected firm will be used primarily, but not exclusively to provide assistance to Engineering and Construction Division within the district. Work under this contract will primarily be related to long span steel and cable stayed bridges including but not limited to: inspections and evaluation, report preparation, structural monitoring and analysis, fatigue and material testing and analysis, land and hydrographic surveying, underwater inspection and concept and detailed design including preparation of plans, specifications and cost estimates for evaluation, repair, rehabilitation and new construction of bridge structures and all related appurtenances. Primary disciplines required include: Civil Engineers, Structural Engineers, specification writers, Cost Engineers, Draftsman/CADD Operators and bridge inspection personnel. Other work under this contract may include support to work-for-others and military programs assigned to the district in the area of special structures, highway, civil, architectural and related facility engineering. Work may be required by others and outside of the district's boundaries. The work in the secondary areas may include but not be limited to site investigations, surveying, analysis, planning, concept and detailed design including plans, specifications and estimates and various support during construction. The contractor must be capable of performing both hard and soft metric design. Engineering work under this contract, including but not limited to Civil and Structural Engineering shall be reviewed and approved by Registered Professional Engineers in that particular field. Firms that plan on using subcontractors shall provide a list of subcontractors that are to be used and the work they will perform. Firms must be familiar with the requisite United States Army Corps of Engineers, National Bridge Inspection Standards, Federal Highway Administration and AASHTO requirements and regulations for preparation of various inspections, designs and technical reports. The firm must be able to prepare specifications using SPECSINTACT, detailed cost estimates using MCACES MII Version 4.1 estimating software, and computer-aided drawings in AutoCAD Version 9. The selected firm will have primary services capability-in-house. 3. SELECTION CRITERIA: Significant selection evaluation criteria in relative descending order of importance will include: (1) Specialized experience of the firm in the primary areas of work, including having demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in design where appropriate; (2) Professional experience of the proposed staff; (3) General experience in the other related work; (4) Capacity of the firm to accomplish multiple projects simultaneously within the required time and within construction costs limitations; (5) Past performance if any, with respect to the firm's performance on Department of Defense contracts; (6) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (7) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified A/E firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: Responding firms must clearly present billing amounts for all Corps of Engineers as well as Department of Defense work for the 12 months prior to the date of this announcement. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 Parts I and II (revised 6/04) for the prime firm and Part II for each consultant to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, Philadelphia, PA 19107-3390, ATTN: Paul D. Bacani, not later than the close of business on the 30th day after the published date of the announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the next business day. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. All contractors are advised that registration in the System for Award Management (SAM) Database is required prior to award of a contract. Failure to be registered in the SAM Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing web site www.sam.gov. As a requirement for negotiations, the selected contractor(s) will submit for government approval a quality control plan that will be enforced through the life of the contract. This plan must include the specific measures to be used to document internal quality reviews and corrective responses as applicable. The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to Government requests for proposal, information, documentation, etc. in accordance with the established schedules. The NAICS Code is 541330 with a Size Standard of $14M. This is not a request for proposals. No other notification to firms for this project will be made.*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-13-R-0028/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03052250-W 20130505/130503234350-15c7f22936b12080a9c723c1b4fdd7e8 (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.