SOLICITATION NOTICE
C -- Architect Engineer (A-E), to serve as technical expert in the design and construction of flood-control projects in Puerto Rico.
- Notice Date
- 1/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- DACW17-03-R-0011
- Archive Date
- 4/27/2003
- Point of Contact
- Sara Pines, 904-232-2083
- E-Mail Address
-
Email your questions to U.S. Army Engineer District, Jacksonville - Civil Works
(Sara.D.Pines@SAJ02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This solicitation is set-aside for small business firms only. One contract will be awarded from responses to this announcement. The contract will be an Indefinite Delivery, Indefinite Quantity Contract for a period of one year from date of award, with op tions to extend for four (4) additional years. The contract will not exceed total of five years. The Government reserves the right to exercise the contract option period before the expiration of the base contract period or preceding option period, if the contract period or preceding option period has been exhausted or nearly exhausted. Maximum order limits are $500,000 for each contract year and $500,000 per task order. Work will be assigned by negotiated task orders. PROJECT INFORMATION: The contract or, hereinafter referred to as the Architect Engineer (A-E), will serve as a technical expert in the design and construction of flood-control projects in Puerto Rico. The A-E will provide an independent review of the Corps of Engineers design, analysis ef forts as well as the plans and specifications for the Puerto Nuevo Flood Control Project. In addition, the A-E will serve as an expert consultant during the construction of Puerto Nuevo Flood Control Project. PROJECT DESCRIPTION: Puerto Nuevo Flood Cont rol project involves improvements of 11.2 miles of the existing channel of Puerto Nuevo and its five tributaries. Contract 2AA, Bechara Industrial Area (BIA), has been awarded and the contractor will mobilize soon. BIA consists of construction of a levee , rectangular channel, trapezoidal earth channel, and 2,150-foot long reinforced double-box culvert. The concrete box culvert will be constructed within a dewatered cofferdam consisting of steel sheet piling. Contract 2D1, De Diego Bridge Modifications, has been advertised and will be awarded soon. Contract 2D1 work includes modifications to the bridge abutments and piers required due to the widening and deepening of the existing channel for flood control. Drilled shafts will be added between existing p iles of the abutments and piers, and shafts will be tied to the existing structure with new cast-in-place caps. FACTORS FOR EVALUATION IN ORDER OF PRIORITY ARE: (1) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specializ ed experience and expertise in the design and performance evaluation of deep foundations. In particular, firms must demonstrate: experience with deep excavation in a very soft marshy marine environment, experience performing dynamic and static pile load t ests and analyzing results, experience designing and analyzing large diameter drilled shaft foundations, and experience inspecting drilled shaft construction. (2) PAST PERFORMANCE: Firm must demonstrate its past performance in accomplishment of similar wo rk. Firm must submit information for current relevant contracts and subcontracts including the name, address, and telephone number of references (Relevancy is defined in the DOD guide to collection and use of past performance as information that has a logi cal connection with the matter under consideration and applicable time span). Pertinent issues are ability to meet established schedules, ability to accomplish work within budgetary limitations, and quality of the delivered product. Past performance on c ontracts with Government agencies, state and local governments, and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (AC ASS) and information available from other sources, will be utilized to obtain performance evaluations on prior contracts. Firm may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent s imilar contracts. Firm may also include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. (3) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firm must have the capacity to commence work within 10 days after receipt of notification to proceed and accomplish the work in accordance with the scheduled completion dates. These dates will be se t in the scope of work for individual task orders and will be dependant on the schedule and progress of the design and construction. (4) SIZE AND EXPERTISE OF STAFF: Firm must have in-house U.S. registered professional engineers who will perform all anal ysis, oversight, and supervisory actions necessary to complete the services required. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS A TIEBREAKER: VOLUME OF PAST DOD CONTRACT AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list only the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants should be i ndicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 addressing evaluation factors 1-4 is strongly recommended. Submittal package must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on February 26, 2003. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has iss ued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR's web site may be accessed at http://www.ccr.gov) Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Your attention is directed to FAR 52-219-14, Limitations on Subcontracting, which will be included in the contract and which states ? At least 50% of the cost of contract performance incurred for personnel shall be expended by employees of the concern.? The NAICS code is 541330. The size standard i s $4,000,000.00. Responses to this announcement should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, Prudential Build ing, 701 San Marco Blvd., Jacksonville, FL 32207-8175. This is not a request for proposal. Firms may post their name/address on the web site to facilitate contact between prime contractors, sub-contractors, and firms interested in joint ventures. However, copies of the listings of firms will not be provided. See our Web Page: https://ebs1.saj.usace.army.mil/ebs /AdvertisedSolicitations.asp
- Place of Performance
- Address: U.S. Army Engineer District, Jacksonville - Civil Works 701 San Marco Blvd Jacksonville FL
- Zip Code: 32207-8175
- Country: US
- Zip Code: 32207-8175
- Record
- SN00246505-W 20030126/030124214405 (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 |