SOLICITATION NOTICE
C -- Indefinite Delivery Type Contract for Miscellaneous Design Support Services within Engineering Division (Contract Nos. 1, 2, 3 and 4), Vicksburg, District, Vicksburg, MS
- Notice Date
- 7/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Vicksburg-Civil Works, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- DACW38-A-02-0001
- Response Due
- 8/27/2002
- Point of Contact
- Robert Brown, 601 631-7249
- E-Mail Address
-
Email your questions to US Army Engineer District, Vicksburg-Civil Works
(Randy.R.Brown@mvk02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA INDEFINITE DELIVERY TYPE CONTRACTS FOR MISCELLANEOUS DESIGN SUPPORT SERVICES WITHIN ENGINEERING DIVISION (CONTRACT NOS. 1, 2,3 AND 4) 1. CONTRACT INFORMATION: POC is Laura Cespedes, 601 631-5575. 254's and 255's are due by Close of Business on August 27, 2 002. Up to four indefinite delivery contracts will be negotiated and awarded, each with a base period and two option periods. Task orders issued over the life of the contract shall not exceed $3.0 million. The option periods may be exercised one year aft er award of the base or option period. Work will be issued by negotiated firm-fixed price task orders. Tasks will be divided based on specialized experience, past performance, project schedules and/or current A-E workload. It is anticipated that the estim ated workload for each performance period will be $1.0 million. Contract award is anticipated in FEB 03. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR52.219-9 reg arding the requirement for a subcontracting plan. The FY 2002 subcontracting goals for the Vicksburg District are: (1) at least 61.4% of a contractor?s intended subcontract amount be placed with small businesses (SB) including small disadvantaged businesse s (SDB), women-owned small business (WOSB) and HUBZone small business; (2) at least 9.1% of a contractor?s intended subcontract amount be placed with SDB; (3) at least 5.0 % of a contractor?s intended subcontract amount be placed with WOSB, (4) at least 3 .0% of a contractor?s intended subcontract amount be placed with service disabled veterans and (5) at least 2.5% of a contractor?s intended subcontract amount be placed with HUBZone small business. Effective 14 June 1999 the small business size standard f or A-E services (NAICS Code 541330) is 4.0 million. Subcontracting intentions are outlined in Block 6 of SF 255. 2. PROJECT INFORMATION: The work consists of professional services for miscellaneous design of items which are part of major civil design projects being accomplished primarily within the Vicksburg District, but may be within the Mississippi Valley Division of the US Army Corps of Engineers. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, environmental, sanitary, electrical, mechanical, surveying, mapping, CADD and architectural design. Work may include, but is not limited t o studies, preparation of sketches, conceptual drawings, related drafting, cost estimates, specifications, contract drawings, and design analyses. Studies, designs, and drawings shall be in English and/or metric units as directed. 3. PRESELECTION CRITERI A: Pre-Selection criteria will be based on the following considerations, which are of equal importance. The firm (either in-house or through association with a qualified consultant) must: (a) demonstrate design experience in civil, structural, geotechnic al, hydraulic, hydrologic, sanitary, mechanical and electrical engineering and surveying and mapping, CADD, architecture, and cost estimating; (b) demonstrate capability and experience in design of channels, levees, weirs, channel stabilization, grade cont rol structure projects, drainage structures (pipes and culvert) flood control structure projects (small gated dams and pump stations and multipurpose buildings; (c) employ qualified registered professional personnel in the following key disciplines: civi l, structural, geotechnical, hydraulic, sanitary, mechanical and electrical engineering, surveying, soil sampling and laboratory testing and architecture; (d) demonstrate experience in use of CADD systems. Drawings and plates shall be prepared as require d to present project details and/or study results. All drawings shall be furnished in a Microstation design file compatible format. 4. SELECTION CRITERIA: See Note 24 of the CBD for the general selection process. The selection criteria are listed below i n descending order of importance (first by ma jor 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 a ?tie-breaker?, if necessary, in ranking the most highly qualified firms. (A) Specialized experience and technic al competence of the firm and consultants in the work described above in preselection item b. List no more than 10 projects that best illustrate current qualifications and relevant projects. (B) Professional qualifications: The firm must indicate professio nal registration and work experience of key personnel. 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 require d qualifications and experience to assure prompt response to assignments. (C) Past Performance: Consideration will be given to ratings on previous DoD contracts. Consideration will also be given to verifiable past performance Consideration will also be g iven to firms that have above-average performance on the type of work described in preselection criteria b. (D) Capacity to perform multiple projects simultaneously and complete work in a timely manner. (E) Knowledge of the locality. (F) Extent of partici pation 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. (G), DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. (H) Geographic proximity to Vicksburg, Mississippi. In the final selection process, the most highly qualified firms will be interviewed. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 255 (11/92 edition) along with a copy of the prime?s SF 254 as well as each consultant?s SF 254 (11/92 edition) to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services (CELMK-ED-CE) 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Include ACASS number in SF 255 block 3b. For ACASS information call 503-808-4592. N ote the following restrictions on submittal of SF 255 ? Block 7 ?Resumes of key persons, specialists and individual consultants anticipated for this contract will be limited to a maximum of 20 pages. Block 10 ? Additional information will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluations. *** VISITS FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED ***. This is not a Request for Proposal. A fee proposal will be req uested 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 . . . etc., to Mrs. Shirley Reed, Small and Disadvantaged Business Utilization Spec ialist, (601) 631-5347. See Notes 24 and 25.**** NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database, for information see http://www.ccr2000.com. All other information publicized in the original synopsis is correct.
- Place of Performance
- Address: US Army Engineer District, Vicksburg-Civil Works ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Country: US
- Zip Code: 39183-3435
- Record
- SN00122669-W 20020724/020722213537 (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 |