Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
MODIFICATION

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR SURVEY AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
3/13/2003
 
Notice Type
Modification
 
Contracting Office
US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
DACA85-03-R-0021
 
Response Due
4/14/2003
 
Archive Date
6/13/2003
 
Point of Contact
June Wohlbach, 907/753-5624
 
E-Mail Address
Email your questions to US Army Corp of Engineers - Alaska - Military Works
(june.l.wohlbach@poa02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA THIS AMENDS THE ANNOUNCEMENT MADE ON 12 MAR 03 TO INCLUDE THE DUPLICATIVE SERVICES INFORMATION. THE ENTIRE ANNOUNCEMENT IS RE-PRINTED. 1. CONTRACT INFORMATION: This Indefinite Delivery contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System code is 541370, which has a size standard of $4,000,000 i n average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work i t intends to subcontract. The FY03 subcontracting goals for this contract are a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses, with 8.9% of that to small, disadvantaged businesses, 8.1% to woman-owned sma ll businesses, 3.0% to service disabled veteran owned small businesses, 3.0% to veteran owned small businesses, and 3.0% to HUB Zone small businesses. The subcontracting plan is not required with this submittal. The contract limit is $1,000,000 per year with a base period of 1 year and two optional 1-year periods. The contract cannot exceed $3,000,000. There will be no specific delivery order limit except that of the contract limit. Anticipate more than one contract, but no more than two contracts may be awarded. Anticipate awards to be staggered, at 6 month intervals. The first contract award is anticipated for September 2003. This contract may be awarded concurrently with another contract for similar services. The allocation of requirements between c ontracts will be based on the assessment of best value for the Government, and may include a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique cap abilities, c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance, e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders, h. Understanding of local factors geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Prohibition of design er performing construction (AE-construction); n. Ease of negotiation completion; and o. Available personnel. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized and no funds are presently available (See FAR 52.232-18). This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the DoD Cent ral 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. PROJECT INFORMATION: Typical types of services to be provided may inclu de topographic, hydrographic, aerial mapping (LIDAR), GPS control, boundary establishment, 3D digital mapping, office computations and other specialized surveys for use in developing Plans and Specifications. The selected firm must demonstrate the ability to provide AutoCAD formatted drawings and all support files using the most recent version of AutoDesk Land Development Desktop at the time of contract and follow-on delivery order award. The firm should be proficient or have the ability to obtain proficie ncy in working with Corps of Engineers CADD/GIS Technology Center A/E/C CADD Standards (version 2.0) by technical, administrative, and sub-contractor personnel. 3. SELECTION CRITERIA: The following primary selection criteria (A-G) are listed in descending order of importance: (A) Professional personnel in the following disciplines: 2 surveyors licensed by the State of Alaska with a crew of 3 party chiefs and 6 staff surveyors, a photogrammetric specialist, and a hydrographic surveyor with at least 6 years of experience surveying in navigable channels. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a se parate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (This means that work physically completed in the State of Alaska [i.e. geotechnical, survey, etc.] must use Alaskan residents). (B) Specialized experience and technical competence: (1) minimum of 3 years experience in the use of AutoCAD and Land Development Desktop software, (2) minimum of 3 years of experience in global positioning system (GPS), (3) qualified to conduct precise surveys.(C) A quality managem ent plan that will be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government. The plan should address the quality control processes that will be used by the contra ctor, and how those processes will complement and support the government?s quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key person nel in relationship to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines. The quality management plan must address the integration of work products of the entire team that is proposed. (NOTE: A detailed quality management plan will be required at the time of a Request For Proposal (D) The firm?s past performance on DOD and private sector contracts with respect to cost control, quality of work, and compliance with schedules. (E) Capacity to maintain schedules and accomplish required work on six task orders simultaneously. (F) Knowl edge of the locality. (G) Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycl ed materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The eval uation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. Criteria H-J a re secondary criteria and will only be used as ?tie-breakers? among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are: (H) The extent of p articipation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, 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. (I) Geographic proximity. (J) Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Firms submitting thei r qualifications should provide ONLY 1 copy and must include a POC and phone number in block 8c of the SF 255.. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, on-line or, from commercial software suppl iers for use with personal computers and laser printers, or on-line in both Adobe Acrobat PDF and FormFlow formats: http://www.gsa.gov/pbs/pc/hw_files/254-255.htm. In SF 255, Block 10, describe the firm?s overall Design Quality Management Plan. A detaile d contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval 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 the key personnel to be assigned to the project. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, the firm mus t request a day pass to deliver the submittal by using the following procedures: Two (2) days prior to delivery, the firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This will be a day pas s only. All passes are issued at the Boniface Gate, Elmendorf AFB only. Each driver must provide a valid drivers license, proof of current insurance, current IM certificate, and current valid vehicle registration. This information must be faxed to 907/753- 2544 or forwarded electronically to the POC identified herein. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed submittals shall be accepted. This is not a request for proposal.
 
Record
SN00278916-W 20030315/030313213802 (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.