Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2004 FBO #0781
SOLICITATION NOTICE

A -- Scientific and Engineering Technical Assistance (SETA) for the Geotechnical and Structures Laboratory located at ERDC/WES, Vicksburg, MS

Notice Date
1/15/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
DACA42-03-R-0026
 
Response Due
3/4/2004
 
Archive Date
5/3/2004
 
Point of Contact
Tina Landes, (601) 631-5356
 
E-Mail Address
Email your questions to Vicksburg Consolidated Contracts Office, Vicksburg
(Tina.M.Landes@mvk02.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
The U.S. Army Corps of Engineers, Vicksburg District, proposes to issue a Request for Proposal (RFP) for Scientific and Engineering Technical Assistance (SETA) for the Geotechnical and Structures Laboratory, located at the Engineer Research Developm ent Center, Waterways Experiment Station (ERDC/WES), Vicksburg, MS. The purpose of this indefinite-delivery, indefinite-quantity (ID/IQ) contract is to provide the following services: Primary research and development missions to encompass: weapons effec ts; fighting positions; terrorist threat protection; obstacle creation and reduction; fixed facility camouflage, concealment, and deception; vehicle/terrain interaction; military hydrology; lines of communications, construction, and repair; airfields and p avements; coastal engineering; hydraulic engineering; flood control and navigation; dynamic modeling and simulation; environmental impact and groundwater modeling; wetlands processes; environmental site characterization; ecosystem processes; reservoir, riv erine, estuarine and coastal water quality; mobility analyses; seismic response of structures; earthquake engineering; dredging and dredged material disposal; natural resource management; concrete technology; structural dynamics; and geotechnical engineeri ng. The scope of this contract includes all aspects of planning, construction, instrumentation, evaluation, conducting, managing, briefing, and reporting of research and development activities within the Geotechnical and Structures Laboratory's Engineerin g Systems and Materials Division located at Vicksburg, MS. The specific tasks which the contractor will be required to participate in are directed towards satisfying Army requirements in several specific technical areas of civil engineering which include: airfield and roadway pavements; geotechnical engineering; sustainment engineering; foundation engineering; concrete materials; weapons penetration and airblast; and airbase and airbase facility surveys. During the course of this research and development co ntract, the contractor will also be required to develop and evaluate new and modified materials, prototype hardware, construct model and prototype items, perform field and laboratory evaluation and data collection and analysis, develop techniques for syste m evaluations and data analyses, and conduct a broad range of research leading to the resolution of Army civil engineering problems. The contractor shall be required to review the R&D work and products of others, which includes technical reports, evaluatio n plans, progress reports, and other research and technical documents. The contractor shall also be required to develop research and development statements of work and request for proposals, prepare written formal and informal reports and video documentati on covering research activities, conduct briefings, and submit papers to professional and technical groups. The contractor shall be required to maintain a file of in-house research reports, briefings, and video documentation. The major end deliverables of this acquisition are technical reports, computer models, and prototype equipment and systems defined and required by individual Task Orders issued against the ID/IQ contract. This RFP will be issued as a best-value procurement. Source selection criteria are listed below in descending order of importance: Technical Capability is the most important criteria and is slightly more important than Past Performance, and significantly more important than Subcontracting. When combined, the non-cost factors of Tec hnical Capability, Past Performance and Subcontracting, are significantly more important than cost. Evaluation Factors: a. Technical Capability will be evaluated based on an assessment of the following subfactors listed in equal order of relative import ance: (1) Technical Approach, (2) Management Practices, (3) Staffing and Key Personnel, (4) Transition Plan, (5) Contract Administration, and (6) SDB Participat ion Program. b. Past Performance will be evaluated based on an assessment of the following subfactors listed in equal order of relative importance: (1) Quality of Services, (2) Timeliness of Performance, (3) Cost Control, (4) Business Relations, and (5 ) Relevant Prior Experience. c. Subcontracting will be evaluated based on an assessment of the following subfactors listed in equal order of importance: (1) Planned subcontracting for this effort, and (2) The extent of participation of Small, Small Disad vantaged, and Women-Owned Small Businesses. d. Cost will be evaluated using cost realism and price analysis techniques. Note: This is the anticipated source selection criteria for the solicitation. The criteria may be revised when the solicitation is issued based on regulatory requirements. Period of performance shall be for one year from date of contract award for the base year with options available for four (4) additional years. The Government intends to release Solicitation No. DACA42-03-R-0026 o n or about 30 January 2004 on the Internet. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the Contractor's responsibility to frequently view the website at http://www.mvk.usace.ar my.mil/contract/ through the closing date of the solicitation. A minimum of 30 days from the date of release of this solicitation will be allowed for submission of proposals (reference solicitation for actual required closing date tentatively scheduled fo r 4 March 2004). Specifications will be available on the Web only. Hard copies will not be available. The administrative POC for this solicitation is as follows: Vicksburg Consolidated Contracting Office (VCCO), Attn: Tina M. Landes (Tina.M.Landes@mv k02.usace.army.mil), at 4155 Clay Street, Vicksburg, MS 39183-4155. A cost-plus-fixed-fee type contract will be awarded utilizing the procedures of FAR Part 15 (Contracting by Negotiation). The awarded contract shall have a not to exceed amount of $10, 000,000 over the life of the entire contract ($2,000,000 for the base year and $2,000,000 for each of the 4 option years). A minimum guarantee of $40,000 is guaranteed for the base year and $20,000 for each option year exercised. The Government has the u nilateral right to exercise any option years. This solicitation is 100%, 8(a) set-aside for small business. Proposals will not be accepted from large businesses. The NAICS code for this procurement is 541710 and the business size is 500 employees to qua lify as a small business. The successful 8(a) Contractor must be approved by the Small Business Administration (SBA) to receive award of a contract for this solicitation.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00504679-W 20040117/040115212125 (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.