Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2003 FBO #0726
SOLICITATION NOTICE

C -- AE SVC PLANNING & RECONNAISSANCE STUDIES WATER RESOURCE PROJECTS, US ARMY CORPS OF ENGINEERS, WALLA WALLA DISTRICT

Notice Date
11/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-04-R-0005
 
Response Due
12/31/2003
 
Archive Date
2/29/2004
 
Point of Contact
Charlene Duncan, 509-527-7207
 
E-Mail Address
Email your questions to US Army Engineer District, Walla Walla
(charlene.c.duncan@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
NA The Government intends to award two indefinite delivery contracts for architecutral-engineering services from proposals received in response to this solicitation. Point of Contact: Clarence A. Miller, (509) 527-7217; clarence.a.miller@nww01.usace.army.mil. CONTRACT INFORMATION: The Government intends to procure two contracts in accordance with the Brooks A-E Act as implemented in FAR Subpart 37.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required wor k. Types of services required will include preliminary assessments, site investigations, surveying, studies, reports and design. The NAICS code is 541330, which has a small business size standard of maximum $4.0 million in average annual receipts for its previous 3 fiscal years. Responses to this announcement will be accepted from all responsible firms, regardless of business size. However, eligibility for both awards will be based on this cascading order of precedence. If the government receives responses from at least five highly qualified small business firms, both awards will be made to small business firms. If the government receives responses from at least three highly qualified small business firms, the first award will go to a small business and the second award will be unrestricted. The Government will use the following methodology to establish eligibility for contract aw ard using the cascading order of precedence: In addition to the other information required to be submitted, each firm responding to this announcement must indicate their size status under the specified NAICS code. Small business concerns receiving an awa rd under the Small Business Set-aside will be subject to FAR 52.219-14, Limitations on Subcontracting. Initially the Government will only evaluate the qualifications of the A-E firms that state that they are competing for the award under the small busines s set-aside. Both procurements will be awarded to responsible small business A-E concerns, provided that at least five small businesses are determined to be highly qualified (e.g. short-listed) and the Government is able to negotiate a fair market price w ith two of the short-listed firms. If responses are received from at least three, but not five, eligible small business firms that are considered by the Government to be highly qualified for this procurement and the Government is able to negotiate a fair market price with one of the short-listed small business firms, the first award will be made to that firm and the second award will be made on the basis of full and open competition from all responsible competing business concerns. In either case, if the government is not able to successfully negotiate a fair market price, the small business set-aside will be automatically cancelled and awards will be made on the basis of full and open competition. All respondents, unless requested otherwise in the propos al, will be considered if the small business set-aside is cancelled. The same contractor will not be awarded both contracts. Contracts awarded from this solicitation must be awarded no later than one year from the date that the responses to this synopsis are due. The first contract is anticipated to be awarded in May 2004. With the award of more than one contract as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) all awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) in making selection of the awardee to receive a specific task order, the Contracting Officer may consider past performance of previous task orders, quality of p revious task orders, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Price will not be a factor in the task order se lection. The two Indefinite Delivery Type contracts will be awarded for a base period and up to two additional option periods. The options may be exercised at the discretion of the Government. The contract amount will not exceed $1,000,000 in any period. The bas e period and option periods will not exceed one year each, but option periods may be exercised when the contract amount for the current period has been reached or nearly reached. Work will be issued by negotiated firm-fixed-price task orders. Task Orders will be issued from time to time as the need arises during the contract period. The amount of the Task Orders will not exceed the contract amount in any period. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to contract. This plan is not required with this submittal. Currently, the subcontracting goals for this contract are that a minimum of 57.2% of the contractor's intended s ubcontract amount be placed with small businesses (SB), 8.9% be placed with small disadvantaged businesses (SDB), 8.1% be placed with women-owned small businesses (WOSB), 3.0% be placed with HUBzone small businesses and 3.0% placed with veteran owned small businesses (to include service ?????? disabled verteran-owned small businesses)(VOSB). PROJECT INFORMATION: Task orders under this contract may include data collection and analysis to assist the Walla Walla District in preparing various studies and repo rts. The work to be performed under this contract shall consist of, but not be limited to, furnishing all necessary labor, material, supplies, and equipment required to provide A-E services for multi-disciplinary professional supporting services required for planning and reconnaissance studies for potential single and multi-purpose water resource project and ecosystem restoration sites. Work may consist of engineering design studies, flood damage studies, flood control alternative studies, and include env ironmental and socioeconomic impact analyses, fish and wildlife mitigation requirements, social and economic projections and recreation and natural resources master plans in support of the above studies. Work may also consist of project management plans, design memoranda, engineering feasibility reports, environmental statements, assessments, and other NEPA compliance documents, reconnaissance reports, and archaeology and cultural resource reports. Work will primarily be located within the US Army Corps o f Engineers, Northwest Division, but may be anywhere in the U.S. subject to approval. Examples of work the contractor may be tasked to accomplish may include, but are not limited to: Preparation of Environmental Impact Statements, Environmental Assessmen ts and other NEPA compliance documents Preparation of appraisal, reconnaissance, and feasibility level reports Wildlife and terrestrial ecology studies and analysis Fish and wildlife habitat, water and air quality studies and analyses Wetlands delineation and Clean Water Act compliance Economics, natural resource economics, and socioeconomic statistics Cultural resources and archaeology GIS to store and manipulate geographically referenced data Public and interagency scooping, mediation, and involvement Real estate activities required for planning and design analyses General engineering services such as civil, hydrologic, hydraulic, environmental, structural, cost, mechanical and electrical Preparation of contract drawings and specifications CADD Drafting Aerial Photography, Topographic Surveying and Mapping Hazardous, Toxic, and Radioactive Waste Engineering SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) through (e) are primary. Criteria (f) through (h) are secondary and will only be used as tiebreakers among technically equal firms. (a) Recent s pecialized experience and tech nical competence of the firm (including consultants) in (1) Providing the designs, reports, studies, assessments and analyses listed in Project Information. (2) Management of projects of similar size and scope by the prime as evidenced by the firm??????s example projects and as described in the firm??????s Management Plan. (3) Effective coordination and management of the project team, including consultants as described in the firm??????s Management Plan. (4) Producing quality products as evidenced by th e firm??????s quality control procedures as described in the firm??????s Management Plan. (b) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) i n the following disciplines: civil, structural, environmental, geotechnical, hydraulic, hydrologic, electrical, mechanical and cost engineering; architect; landscape architect; surveyor; community planner; water resources planner; recreation planner; geol ogist; biologist; economist; ecologist; soil scientist; archeologist; environmental scientist; geographic information specialist; real estate estimator; real estate specialist; computer aided drafting and design (CADD) technician and technical report write r. (c) Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. (d) Past performance on previous contracts with respect to cost control, quality of work, and compliance with performance s chedules. (e) Knowledge of the general geographic area of the Walla Walla District including local laws and regulations. (f) Extent of participation of SB, SDB, WOSB, and, if appropriate, historically black colleges and universities, and minority instituti ons in the proposed contract team, measured as a percentage of the estimated effort. (g) Location of the firm in the general geographical area of the Walla Walla District Office. (h) Volume of DOD contract awards in the last 12 months with the object of e ffecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Walla Walla District, CENWW-ED, ATTN: Clarence A. Miller, 201 North Third Street, Walla Wall a, WA, 99362. Submittals must be received no later than 31 December 2003. In block 10 of the SF 255, provide the following: (a) Management Plan (MP). The plan should be brief and include an explanation of the firm's management approach, management of s ubcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). (b) The firm??????s present workload and the availabil ity of the project team, (including consultants) for the specified contract performance period. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, for the Ar chitect-Engineer Contract Administration Support System (ACASS). If firms have no number, so state. In block 6 of SF 255 provide the ACASS firm number for any consultants. If firm has no number, so state. To receive information on how to obtain an ACASS number, call (503) 808-4591.
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN00475078-W 20031123/031121230749 (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.