Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
SOLICITATION NOTICE

C -- Watershed Study of Fountain Creek, North of Pueblo, Colorado with Possible Associated Feasibility Design Studies for the Albuquerque District Corps of Engineers

Notice Date
8/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Albuquerque - Civil, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
DACW47-03-R-0039
 
Response Due
9/17/2003
 
Archive Date
11/16/2003
 
Point of Contact
Linda Anderson, (505) 342-3451
 
E-Mail Address
Email your questions to US Army Engineer District, Albuquerque - Civil
(Linda.J.Anderson@spa02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: One contract will be awarded for Architect - Engineer (A-E) planning and engineering services for a watershed study and possible associated feasibility design studies for Fountain Creek, north of Pueblo, Colorado. The work will include a watershed study and possible feasibility designs for flood damage reduction and ecosystem restoration, and compliance with the National Environmental Policy Act (NEPA). This Contract will be procured in accordance with Pl 92-582 (Brooks A-E Act ) and FAR Part 36. The anticipated Contract Award Date is November 2003. This procurement is unrestricted. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Depar tment of Labor under the Service Contract Act. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required. This plan provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal is for 61.4% of the subcontracted dollars to go to small business, with 9.1% of those dollars going to small disadvantaged business; 5.0% of those dollar s to woman owned business; 1.5% of those dollars to HUB-zone small business; and 3% of those dollars to service disabled veteran owned small business. To be eligible for contract award, a firm or Joint Venture must be registered in the DOD Central Contract or Registration (CCR). Register via the Internet Site at www.ccr.gov or by contacting the DOD CCR Assistance Center at 1-888-227-2423. 2. PROJECT INFORMATION: The work will include data collection, coordination and facilitation, and NEPA compliance in support of the watershed study, and preparation of associated feasibility design. 3. SELECTION CRITERIA: See Fed Biz Ops Note 24 for the general selection process. The selection criteria are listed below in descending order of importance (first by maj or criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through h are secondary and will be used as tie-breakers among technically qualified firms. a. Demonstrated Specialized Experience and Technical Competence in: 1) Current Corps of Engineers Civil Works Planning Guidance, Policies and Regulations concerning planning and formulation of Water Resource Reconnaissance, Feasibility, and Watershed Studies, 2) Demonstrated ability to evaluate and apply associated Enginee ring, Environmental, and Economic factors to the formulation and evaluation of alternatives to determine the Federal Interest (NED and NER) in Civil Works Projects. 3) Demonstrated experience in all aspects of NEPA compliance (environmental impact stateme nts and environmental assessments). 4) Demonstrated experience in researching, formatting, and preparing reports for Civil Works General Investigations and Continuing Authority Studies that comply with current Corps of Engineers guidance. 5) Demonstrated experience with all phases of coordination during preparation of Civil Works projects; including development and facilitation of public involvement programs, team meetings, internal briefings, presentations, and coordination with governmental entities. 6 ) The ability to create drawings in ARCGIS, AutoCAD Release 14 or later usable format and MicroStation Version 8 or later useable format and narratives compatible with MS Word format. b. Professional Qualifications: Firms must be able to provide registe red professional engineers assigned in the positions for Civil, Environmental and Hydraulic Engineering. The firm must be able to provide a cost estimator with M-CACES Gold or Composer Plus experience. The firms must be able to provide a Project Manager that has experience managing reconnaissance or feasibility studies for federal agency projects. The firm must also be able to provide the following additional disciplines: Civil Works Planner/Formulator, Hydrologist, Biologist/Ecologist, Fisheries Biologist, Hydrogeologist, Geotechnical Engineer, Geomorphologist (fluvial), Archaeologist, Economist, Outdoor Recreation Planner, Landscape Architect, GIS Specialist, Public Affairs Specialist, Real Estate Appraiser, and Engineering Technician. The firm must also be able to provide CADD Technicians familiar with ARCGIS, AutoCAD and MicroStation software. c. Knowledge of the Locality: The firms' knowledge of the Fou ntain Creek drainage area and State of Colorado environmental regulations will be a consideration. d. Capacity: The firm must demonstrate the capacity to accomplish the watershed study within 3 years and provide a staff/task matrix identifying the major components and staff availability required to accomplish the watershed study. e. Past Performance: The firms' past performance on DOD and/or other contracts in terms of cost control, quality of work, and compliance with performance schedules will be eva luated. f. Geographic Location: The location of the firm and its subcontractors with respect to the Fountain Creek watershed area will be a consideration. g. Volume of Work: The total dollar amount of all DOD contract awards in the last 12 months wil l be considered as described in Fed Biz Ops Note 24. h. Small and Small Disadvantaged Business Participation: The extent of participation of SB, SDB, historically black colleges and universities and minority institutions, women owned, Hub Zone and servi ce disabled veteran related business in the proposed contract team, measured as a percentage of the estimated effort will be considered. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) inclusive of the prime firm and all consultants, and one copy of SF 254 (11/92 edition) for each of the firms identified to perform work under this contract, to the above address not later than the close of business on the 30th day aft er the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the next business day. Solicitation packages are not provided. The solicitation number is DACW47-03-R-0039. Only data furn ished by the responding firm on the SF 254 and SF 255 will be considered in the selection process. Personnel qualifications of all key subcontractors are to be included in block 7 of the SF 255. Responding firms are requested to clearly identify the engi neering disciplines to be performed in-house and those to be subcontracted. In addition, firms shall identify the office locations at which the in-house and subcontracted tasks will be performed. The SF 255 should specifically address the requirements of this announcement. Responding firms are requested to summarize their Quality Management Plan and identify all relevant computer capabilities in block 10 of the SF 255. Firms responding as Joint Ventures must state the intent in block 5 of the SF 255. F irms shall include only 10 PROJECTS TOTAL in block 8 of the SF 255. FIRMS SHALL LIMIT BLOCK 10 OF THE SF 255 TO NO MORE THAN 10 PAGES. The POC is Linda J Anderson (505) 342-3451. No other general notifications will be made and no further actions will be required from firms under consideration. This is not a Request For Proposal.
 
Place of Performance
Address: US Army Engineer District, Albuquerque - Civil CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
Country: US
 
Record
SN00405070-W 20030820/030818213810 (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.