Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2003 FBO #0683
SOLICITATION NOTICE

C -- Indefinite Delivery A/E Contract for Multi-Discipline Services as stated below.

Notice Date
10/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-04-R-XXXX
 
Response Due
11/13/2003
 
Archive Date
1/12/2004
 
Point of Contact
Michael Hoh, (309)794-5828
 
E-Mail Address
Email your questions to US Army Engineer District, Rock Island
(Michael.T.Hoh@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. Contract Information: Indefinite Delivery A/E contract for Multi-Discipline A/E services, primarily Geotechnical Exploration and Testing/Geotechnical Engineering/Concrete and Asphalt Materials Testing and Evaluation/Engineering Surveying/Land Surveying /Environmental Investigative Services and Environmental Engineering is to be awarded for services primarily within the Rock Island District boundaries (Iowa, Illinois, Wisconsin, Missouri and Minnesota), but may also be required for selected areas througho ut the Mississippi Valley Division. The contract will consist of individually negotiated task orders with an individual or cumulative total not to exceed $250,000 during a base period, with an option to extend two additional periods. The Contractor is gua ranteed no less than $5,000 the first year and $2,500 for the option periods, if exercised. Multiple awards may be made. The estimated initial contract award date is June 2004. An option period may be exercised early when the amount of the current period reaches $250,000. Work assignments will be issued by negotiated firm fixed price task orders not to exceed the base contract amount. If concurrent multiple awards are made, task orders will be allotted based upon the Contracting Officer??????s determina tion of the special qualifications of the firm, the nature of the work involved in the task order, the immediacy of the work and availability of the firm. 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, as determined relative to the employee??????s office location (not the location of the work). To be eligible for contract award, a firm must be registered in th e DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. Project Information: The types of projects may include all or part of the following: (1) Geotechnical projects; drilling, sampling, testing, materials testing and evaluation, and geotechnical analysis to include seepage, slope stability, settlement, bea ring capacity, and wave generation analysis reports. (2) Surveying projects will include horizontal and vertical control, cross-sections, property boundary, and minor hydrographic site work. Surveying services are to be primarily for engineering of civil works projects (but may include military support projects) and primarily within the Rock Island District boundaries. (IA, IL, WI, MN, MO), but they may also be required for selected areas throughout the Mississippi Valley Division. Task Orders may inclu de topographic surveying and mapping and boundary surveying delivered as digital databases. Total station three-dimensional (3-D) data collections techniques will be required, including breakline technology (TIN/DTM compilation); and locating and verifyin g both above and belowground utility systems using all available electronic means. Boundary surveys required may include courthouse research (project site property deeds, adjoiner deeds, out grants and easements), and licensed land surveying. Global Posi tioning System (GPS) surveying capability will be required utilizing static, fast static, RTK and kinematic procedures to obtain three-dimensional coordinate values. National Map Accuracy Standards and Corps of Engineers or other Federal Agency control st andards may be required. Applicable State land survey laws must be adhered to. (3) Hazardous, Toxic, and Radioactive Waste (HTRW) projects to include Phase I/II ESAs; site/remedial investigations and assessments under CERCLA, RCRA, and TSCA; risk charact erization and assessment; environmental monitoring, sampling, and testing; remedial action design; hazardous material and waste management; and lead, asbestos, PCBs, and radon testing, management and remedial design. Draw ings shall be accomplished using computer-aided design and drafting (CADD) in accordance with the E/E/C CADD Standard Release 2.0 as published by the CADD/GIS Technology Center in Vicksburg, MS and The Rock Island District local guidance as appropriate. T he specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Corps of Engineers Construction Guide Specifications. Estimates will be prepared using Corps of Engineers Computer Aided Cost Engineering System ( M-CACES). 3. Selection Criteria: The selection criteria are listed in descending order of importance. Criteria a. thru g. are primary. Criteria h. and i. are secondary and will only be used as ``tie-breakers'' among technically equal firms. (a) Qualified Registered/ Licensed Professional Personnel in the following key disciplines: Civil Engineering or Environmental Engineering (IL for HTRW), Soils Engineering, Geotechnical Engineering, Geologist and Land Surveying (IA, IL, WI, MN, MO). Qualified personnel are requi red in the following key disciplines: Engineering Technician, Survey Party Chief, Laboratory Technician, Draftsmen/CADD operator, GIS Technician and Environmental Professional (ASTM E 1527). The evaluation will consider education, training, registration, and experience. (b) Recent Specialized Experience and Technical Competence of the firm (including consultants) in: (1) geotechnical exploration and testing, (2) geotechnical engineering and engineering geology, (3) concrete and asphalt materials testing an d evaluation, (4) topographic surveying and mapping, (5) boundary surveying with courthouse research, (6) GIS and Computer Aided Drafting and Design (CADD) and ability to produce deliverables fully compatible with the following Rock Island District??????s systems: Microsoft NT/Windows 2000 based MicroStation (version 8X or higher) or ESRI ArcInfo (version 8.1 or higher) or ArcView (version 3.2A or higher) as required. Finished products shall be in compliance with the AEC CADD Standards or Spatial Data Sta ndards as appropriate and the Rock Island District Electronic Deliverables guidance. These standards are published by the CADD/GIS Technology Center in Vicksburg, Mississippi, and the Rock Island District, (7) Utilization of latest technology, which impro ves efficiency of effort, e.g., electronic leveling instruments, (8) Locating above and belowground utilities, (9) Producing quality products as evidenced by the firm??????s quality control procedures outlined in the Management Plan. (10) Effective coopera tion and project management team, including consultants as outlined in the Management Plan, (11) Experience with environmental investigative services including HTRW Phase I and II Environmental Site Assessments, (12) Experience with HTRW Site remedial inve stigations and assessments and (13) Experience with environmental monitoring, sampling, and testing including the use of a Corps of Engineers Certified Laboratory. (c) Capacity to accomplish the work in the required time, including adequate equipment and the ability to provide two or more survey teams at a time, (d) Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (e) Capacity to perform two task orders concurrently (f) Knowledge of th e local conditions such as topographic features, climatic conditions, local geology, local laws and regulations. (g) Large Business offerors must identify subcontracting opportunities with Small Business, HubZone Small Business, Small Woman-Owned Business, and Small Disadvantaged Businesses on their SF255. If selected, the large business offeror will be required to submit a small/small disadvantaged & woman-owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the req uest for proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan OF THE S UBCONTRACTED WORK (23% TO SMALL BUSINESS: 5% TO SMALL DISADVANTED BUSINESSES (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMAN OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% TO HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); AND 3% TO SERVICE DISAB LED VETERAN OWNED SMALL BUSINESS. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum goals on the SF255, Block 6. Written justification must be provided if the minimum goals cannot be provided. (h) Geo graphic proximity to Rock Island, Illinois to provide good work coordination; and (i) Volume of DOD Contracts awarded in the previous 12 months. If concurrent multiple contract awards are made, task orders will be allocated based upon the Contracting Offic er's determination of the special qualifications of the firms; the nature of the work involved in the task order; and the immediacy of the work and availability of the firm. Distribution of the work will be a secondary consideration. In the final selectio n process, the most highly qualified firms may be interviewed. 4. Submittal Requirements: Qualified firms desiring consideration shall submit 4 copies of the SF 255 (11-92 Edition) including organizational chart of key personnel to be assigned to this project, 4 copies of the current SF 254 (11-92 Edition) and 4 copie s of any subcontractor??????s current SF 254. Submittals are to be sent to this office within 30 calendar days from the date of this announcement. Supplemental information regarding specialized experience should be included on SF 255. Firms ACASS No. is to be shown on SF 255, Block 22b. (Call ACASS Center 503-326-3459 for number.) The dollar value of all work for DOD and Corps of Engineers for the past year must be clearly stated in Block 9 of SF 255. Responding firms are required to clearly identify tasks to perform in-house and those to be subcontracted. Firms must submit the names and supporting qualification data of all subcontractors. Firms that do not comply with requirements will be considered non-responsive. No other general notification to firms und er consideration for this project will be made and no further action is required. This procurement is Unrestricted. The SIC Code is 8711 and the NAICS Code is 541370. No additional project information will be given to A/E firms. Phone calls are discourag ed unless absolutely necessary.
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN00450571-W 20031011/031009213305 (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.