Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2018 FBO #6160
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR MISCELLANEOUS DESIGN SERVICES PRIMARILY WITHIN THE 3 DISTRICTS (MEMPHIS, VICKSBURG AND NEW ORLEANS) THAT COMPRISE THE LOWER PORTION OF THE MISSISSIPPI VALLEY DIVISION OF THE U.S. ARMY CORPS OF ENGINEERS

Notice Date
10/3/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE19O0003
 
Point of Contact
Lane Vargas, Phone: 601-631-7021, Amy L. Starks, Phone: 6016315693
 
E-Mail Address
lane.vargas@usace.army.mil, amy.l.starks@usace.army.mil
(lane.vargas@usace.army.mil, amy.l.starks@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR MISCELLANEOUS DESIGN SERVICES PRIMARILY WITHIN THE 3 DISTRICTS (MEMPHIS, VICKSBURG AND NEW ORLEANS) THAT COMPRISE THE LOWER PORTION OF THE MISSISSIPPI VALLEY DIVISION OF THE U.S. ARMY CORPS OF ENGINEERS; BUT MAY ALSO BE USED ANYWHERE WITHIN THE GEOGRPAHICAL BOUNDARIES OR OTHER MISSIONS OF THE 6 DISTRICTS INCLUDED IN THE MISSISSIPPI VALLEY DIVISION. 1. CONTRACT INFORMATION: This Pre-solicitation Notice is for interested firms to submit their SF 330 by November 2, 2018, 1600 hours, CST. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal (RFP).The services to be procured under this announcement are classified in North American Industry Classification System Code 541330. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Multiple contracts will be awarded as a result of this announcement. Contracts will be awarded by the Vicksburg District. Work will be accomplished under separate Indefinite Delivery Type Contracts NTE $5,000,000 with a performance period of five (5) years for each contract. Work will be issued by negotiated firm-fixed price task orders. Allocation of task orders will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution. 2. PROJECT INFORMATION: A-E service capabilities are required for various civil works projects and support for other agencies. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, environmental, sanitary, electrical, mechanical, surveying, mapping, CAD and architectural design. Work may include, but is not limited to engineering support for feasibility studies, preparation of design reports, value engineering, preparation of conceptual and contract drawings, computer aided drafting, cost estimating, preparation of contract specifications, performing design analyses and preparing design-build request for proposals. Work shall be accomplished in English and/or metric units as directed. Professional design experience in civil, structural, geotechnical, hydraulic, hydrologic, sanitary, mechanical and electrical engineering and surveying and mapping, CAD, architecture, and cost estimating is required. Capability and experience is required for design of flood damage reduction projects including channels, levees, weirs, grade control structures, drainage structures (pipes and culverts), gated structures, floodwalls and pump stations; and other projects including channel stabilization, site development, multipurpose buildings in support to the District and its assigned DOD missions. Firms must employ qualified registered professional personnel in the following key disciplines: civil, structural, geotechnical, hydraulic, sanitary, mechanical and electrical engineering, surveying, soil sampling and laboratory testing and architecture and demonstrate experience in presenting project details and/or study results using Bentley's MicroStation software to develop drawings to present project details and/or study results. Three-dimensional models may be required. Development of Building Information Models (BIM) may also be required. 3. SELECTION CRITERIA: Selection criteria will be based on the following considerations and are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through F are primary. Criteria G and H are secondary and will only be used as a "tie-breaker," if necessary, in ranking the most highly qualified firms. A. Specialized Experience and Technical Competence: List no more than 10 projects that best illustrate current qualifications, relevant project experience and technical competence of the firm and consultants in the work described in paragraph 2 above. B. Professional qualifications: The firm must indicate professional registration and work experience of key personnel with regard to the 10 key projects. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. C. Capacity: Consideration will be given to firms that indicate the capacity to perform multiple projects simultaneously and to complete work in a timely manner. D. Knowledge of locality: Consideration will be given to firms that indicate experience and knowledge of the geographic area encompassed in the Memphis, Vicksburg and New Orleans Districts and its terrain features, area working conditions, location of major land forms, and river basins, etc. E. Past Performance: Consideration will be given to ratings and verifiable past performance on previous DoD contracts. Consideration will also be given to firms that have above-average performance on the type of work described in paragraph 2 above. F. Geographic proximity to Memphis, Tennessee, Vicksburg, Mississippi and New Orleans, Louisiana. G. Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be 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. H. DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed. The contract will be awarded on or about April 2019. There will be a possibility of additional awards at a later date. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one paper copy and one electronic copy (in PDF format submitted on a CD) of SF 330 along with a copy of part II of each sub-consultant's SF 330 to U.S. Army Corps of Engineers District, Vicksburg ATTN: A-E Technical Services Section (CEMVK-EC-T), 4155 Clay Street, Vicksburg, Mississippi 39183, no later than close of business (COB) 4:00 PM Central on 02 November 2018. Include both the solicitation number and the company's DUNS number on all submittals. Note the following restrictions on submittal - Resumes of key persons, specialists and individual consultants (Section E) anticipated for this contract will be limited to a maximum of 20 typed pages. Pages in excess of the maximum of 20 will be discarded and not used in the evaluations. Additional information (Section H) will be limited to a maximum of 20 pages. All telephone calls should be directed to Ms. Lane Vargas, (601) 631-7021 or email lane.vargas@usace.army.mil. *** APPOINTMENTS WILL NOT BE SCHEDULED FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT *** This is not a Request for Proposal. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702. The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantaged business concerns to the maximum practicable extent consistent with the efficient performance of the contract. The subcontracting plan shall separate percentage goals composed of direct cost, indirect costs, or a combination of the two for using small and small disadvantaged business subcontractors. Questions relative to the subcontracting plan may be directed to Ms. Demetric Erwin, Deputy for Small Business, (601) 631-5951. Email: Demetric.Erwin@usace.army.mil. Include DUNS number in the SF 330 in Part II as stated. **** NOTE: Contractors must be registered in the System for Award Management (SAM), for information see http: www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE19O0003/listing.html)
 
Place of Performance
Address: Contracting Office Address:, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
Zip Code: 39183-3435
 
Record
SN05114317-W 20181005/181003230706-94b10f4d660a3d193d628e13fbd140b7 (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.