SOLICITATION NOTICE
C -- The Huntington District U.S. Army Corps of Engineers announces the following procurement. The point of contact is Contract Specialist, Elizabeth D. Ward (304) 529-5624.
- Notice Date
- 2/26/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Huntington-Civil Works, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- DACW69-03-R-0015
- Archive Date
- 5/31/2003
- Point of Contact
- Mary Ann Maynard, (304) 529-5736
- E-Mail Address
-
Email your questions to US Army Engineer District, Huntington-Civil Works
(Mary.A.Maynard@lrh01.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA . CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. ARCHITECT-ENGINEER SERVICES FOR COST ENGINEERING, COST ESTIMATING, AND VALUE ENGINEERING SERVICES FOR CIVIL WORKS, MILITARY, AND HAZARDOUS, TOXIC AND RADIOACTIVE WASTE (HTRW) PROJECTS. THESE PROJECTS WILL BE UNDER THE JURISDICTION OF THE HUNTINGTON DISTRI CT BUT MAY BE LOCATED ANYWHERE IN THE USA. The proposed services will be obtained by a negotiated Firm Fixed Price Contract. One indefinite delivery contract will negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $500,000. An option period may be exercised when the contract amounts for the base period or preceding option period have been exhausted or nearly exhausted. Work will b e issued by negotiate firm-fixed-price or labor-hour task orders not to exceed the base contract amount. The contract is anticipated to be awarded in May 2003. North American Industrial Classification System (NAICs) code is 541330, which has a size stand ard of $4,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for the contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the par t of the work in intends to subcontract. The subcontracting goals for the Huntington District are: (1) at least 57.2% of a contractor?s intended subcontract amount to be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); Hub Zone Business (HUB) and service-disabled veteran-owned small business (SVET), (2) at least 8.9% of a contractor?s intended subcontract amount to be placed with SBD; and (3) at least 8.1% of a contractor?s intended s ubcontract amount to be placed with WOSB, (4) at least 3% of a contractor?s intended subcontract amount to be placed with HUB and (5) 3% of a contractor?s intended subcontract amount to be placed with SVET. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. The plan is not required with this submittal. Quality Control Plans will also be required at the time of aw ard. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) Register via the CCR internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJE CT INFORMATION: Engineering Services will include cost engineering, cost estimating, and value engineering services for civil works, military, and hazardous, toxic, and radioactive waste (HTRW) projects. These projects will be under the jurisdiction of t he Huntington District but may be located anywhere within the USA. Work will require use of MCACES cost estimating software developed by Building Systems Design, Inc. of Atlanta, Georgia and Primavera project management software. Prospective firms must ha ve experience in cost engineering and cost estimating for civil works, military and HTRW projects and experience with the Corps of Engineers? value engineering process. Work may be performed to support other Federal agencies. Firms must provide resume(s) of all key personnel as requested below, and a summary of the capability for strength of the principle firm at the office where the work is to be accomplished. Additional personnel strength, including consultants, may be indicated in parentheses. No work will be performed under this contract by a sub-contractor unless that sub-contractor?s qualifications have been submitted on a SF 255 in conjunction with this announcement. Firms shall select their sub-contractors based on qualifications only, governed by the Brooks A-E Act. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by m ajor criterion and then by each sub-criterion). Criteria a ? d are primary. Criteria e-f are secondary and will only be used as ?tie-breakers? among firms that are essentially technically equal. The criteria must be documented with resumes in the SF 255 . Resumes shall indicate registration, certification, training and education of individuals proposed for this project. a. Professional qualifications: (1) Education and training, (2) registration/certification, (3) experience, and (4) longevity with the firm of key management and technical personnel. b. Specialized experience and technical competence: in: (1) cost engineering and cost estimating for civil works, military, and HTRW projects, (2) use of required software, and (3) value engineering studies a s performed by the Corps of Engineers. c. Capacity to perform up to $500,000 worth of work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. d. Past performance o n DOD and other contracts with respect to quality of work and compliance with performance schedules, as determined from ACASS and other sources. e. Volume of DOD A-E contract awards during the last 12 months, with the objective of effecting an equitable di stribution of DOD A-E contracts among qualified firms, including SB and SBD. f. Extent of participation of SB (including WOSB), SBD, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percen tage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants , to the above address not later than 4:00 PM 1 April 2003. Solicitation packages are not provided. This is not a request for proposal. The SF 255 shall not exceed 50 pages, including no more than 5 pages for Block 10. Pages which are printed front and back will constitute two pages. Use no smaller than 12-font type. Include the firm?s ACASS number in SF 255, Block 3b. For ACASS information, call (503) 808-4590. In Block 10 describe the firm?s overall QMP. A project-specific quality control plan must b e prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Include an organization chart of key per sonnel to be assigned to the contract. Facsimile transmissions will not be accepted. No additional information will be given to firms during the announcement period. Point of contact for information for this procurement is Elizabeth D. Ward, (304)529-562 4, Elizabeth.D.Ward@lrh.usace.army.mil.
- Place of Performance
- Address: US Army Engineer District, Huntington-Civil Works ATTN: CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Country: US
- Zip Code: 25701-2070
- Record
- SN00265802-W 20030228/030226213442 (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 |