Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2002 FBO #0209
SOLICITATION NOTICE

C -- Architect-Engineer Indefinite Delivery Contract for the Design and Evaluation of Airfields and Runways, locations could be worldwide.

Notice Date
6/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-02-R-0039
 
Response Due
7/29/2002
 
Archive Date
8/28/2002
 
Point of Contact
Loreen Blume, 402-221-4265
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Loreen.K.Blume@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Numbered Note 24 applies. CONTRACT INFORMATION: Up to three (3) indefinite delivery type contracts may be awarded for a one-year base period and with options for four (4) additional one-year periods. One, two or three contracts will be awarded as needed to support workload requirem ents. The base period and any option periods may not exceed one (1) year. A contract option may be exercised before the expiration of the base contract period or preceding option period if contract amount for the base period (or preceding option period) has been exhausted or nearly exhausted. It is the intent of the government to award up to two (2) contracts to large businesses with a total capacity per contract (base period and all option periods) not to exceed $10,000,000.00 and one (1) contract to sm all business with the total capacity (base period and all option periods) not to exceed $5,000,000.00. Each delivery order awarded under the contracts awarded to a large business will not exceed $1,000,000.00 with cumulative amount of contract not to excee d $2,000,000.00 per performance period (base period and each option period). Each delivery order awarded under the contract awarded to a small business will not exceed $1,000,000.00 with cumulative amount of contract not to exceed $1,000,000.00 per perform ance period (base period and each option period). The delivery orders under each contract will be issued from time to time as the need arises and may be issued by any of the Corps of Engineers offices. Contract award is anticipated in August 2002. Types of services required will include concept design, final design, construction phase services, site investigations, studies and reports. The contracts will be awarded in order of the selection board's ranking of the selected firms. The ranking will be base d on the items listed in SELECTION CRITERIA below. Submitters are advised that one, two or all three contracts may not be awarded if not supported by sufficient workload. If a large business is selected for contract award, the firm must comply with FAR 52 .219-9 regarding the requirement for a small business subcontracting plan on that part of the work it intends to subcontract. This subcontracting plan is not required with this submittal; however, will be required prior to contract award. The subcontract ing goals for this contract are that a minimum of 61.2% of the contractor's intended subcontracted dollar amount be placed with small businesses (SB), 9.1% be placed with small disadvantage businesses (SBD), and 5% be placed with women owned small business es (WOSB). Allocation of delivery orders from among firms awarded contracts will be based on the following factors: specialized knowledge or expertise that would significantly benefit a specific customer or enhance execution; past experience with a speci fic customer or knowledge of the locality; availability of appropriate staff; performance on previous delivery orders; magnitude of delivery order relative to remaining contract capacity; equitable workload execution. PROJECT INFORMATION: Work under this contract will include the design/evaluation of military and civil works airfields and roadways at locations throughout CONUS (Continental United States) and OCONUS (Outside CONUS). Delivery orders under this contract may include design and evaluation services in conjunction with the following: (1) Nondestructive testing/evaluation of existing pavement, (2) Field and laboratory testing of existing pavement and proposed paving materials, (3) Preparation of plans in CADD and Source View files, specifications in SPECSINTACT and design analysis for the direct design of airfield and roadway pavements which includes the capability for surveying, subsurface investigation and site development, and (4) Specialized consulting serv ices and engineering studies related to the planning, design, construction and evaluation of airfield and roadway systems. These services may consist of developme nt/update of transportation systems engineering criteria, electronic (ILS, PAR, etc.) NAVAIDS and Airfield lighting criteria, computer programming for the development of transportation systems computer application programs for design and evaluation, and tr ouble shooting construction problems. (5) Conduct pavement condition surveys, including Pavement Condition Index (PCI) evaluations and entering data into the Corps' PAVER Engineering Management System. Use of the metric system of measurement will be requir ed for most deliverables under the proposer's contract, however, metric system is not a selection criterion and is not required for selection. SELECTION CRITERIA: See note 24 for general selection process. Criteria for selection, in descending order of importance, are (a) Recent, specialized experience and technical competence of the firm (including consultants) in: (1) Design of new airfield pavement. (2) Knowledge of Army and Air Force airfield and air space criteria and Federal Aviation Administration (FAA) standards, (3) Design and evaluation of airfield repair and maintenance projects, (4) Experience in creating design-build Request for Pr oposal documents, (5) Design of electronic NAVAIDS and airfield lighting, (6) Producing quality products as evidenced by the firm's quality control procedures, (7) Producing Computer Aided Drafting and Design (CADD) drawings fully compatible with one of th e following; MicroStation SE, Auto CADD (Version 14) or a new version of these. (8) Design of new roadway pavement with bridges. (9) Design of hangers, (10) 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 material utiliz ation; 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 key personnel that d emonstrate their experience and training in sustainable design. (11) Construction cost estimating and preparation of estimates using Micro Computer Aided Cost Estimating System (M-CASES) Gold version or similar system (M-CASES Gold software will be provid ed). (b) Professional qualifications and specialized experience, in providing services similar to those listed above, of the proposed team members (including consultants) in the following disciplines: Airfield Engineer, Pavement Engineer, Project Manager, Construction Pavement Engineer, Materials Engineer, Geotechnical Engineer, Soil/Paving Laboratory Technician, Electrical (electronic NAVAIDS i.e. ILS, PAR, etc. and aviation lighting) Engineer, Sanitary Engineer, Estimator, CADD Operator, Clerical, Compute r Operator, Structural Engineer, Architect, Mechanical Engineer, Transportation Engineer. (c) Effective coordination and management of the project team, including consultants as indicated in the Design Management Plan (DMP). Indicate management strategy an d tactics used on a typical airfield project. Indicate the criteria used to determine when to use the consultants verses the AE's own forces. Show chain of command and task responsibilities. (d) Capacity to accomplish the work in the required time, includi ng the ability to complete more than one work order at a time. (e) Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules. (f) Knowledge of PCI and PAVER software. (g) Volume of Department of Defense (DOD) contract awards in the last twelve months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a comb ined SF 255 and separate SF 254 for the prime and each consultant. To be considered, submittal must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-CT ATTN: Ms. Loreen K. Blume, 106 S. 15th Street, Omaha, NE 68102-1618. Sub mittal must be received no later than close of business, Monday, July 29, 2002. In block 10 of the SF255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and include an explanation of the firm's management approach, manag ement of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationships of management and various team components (including subcontractors). (b) The firm's present workload and the avai lability of the project team (including consultants) for the specified contract performance period. In Block 3 of the SF255 provide the submitting firm's number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, fo r the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in Block 6 of the SF255. If unknown, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices will not be sche duled. Technical questions shall be directed to John Gregory at (402) 221-7267.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00100880-W 20020629/020627213334 (fbodaily.com)
 
Source
FedBizOpps.gov 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.