SOLICITATION NOTICE
C -- C--UP TO TWO INDEFINITE DELIVERY CONTRACTS FOR MULTIDISCIPLINARY SERVICES (ARCHITECTURAL, CIVIL, STRUCTURAL, MECHANICAL, ELECTRICAL, ENVIRONMENTAL) OF THE FWD AND SWD, US ARMY CORPS OF ENGINEERS POC, CATHY NELSON 817/886-1084
- Notice Date
- 2/11/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-04-R-0012
- Response Due
- 3/12/2004
- Archive Date
- 5/11/2004
- Point of Contact
- charlotte.harris, 8178861064
- E-Mail Address
-
US Army Engineer District, Fort Worth
(charlotte.harris@swf02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CONTRACT INFORMATION: Multidiscipline Design or other Professional Services, procured in accordance with PL-582 (Brooks A-E Act) and FAR Part 36, are required for engineering, design, and related services to potentially include but not limited to an y or all of the following: Engineering Design and Analyses; Corps of Engineers Civil Works & Water Resource Planning; CADD/GIS/Mapping Services; Environmental Studies; Independent Technical Review. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. The North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,000,000 in average annual receipts and correspo nds to SIC Code 8711. The initial contract is anticipated to be awarded on or about March 2004. Up to two contracts may be awarded from this announcement, open to all businesses regardless of size. For a small business award it will have a capacity of $ 5,000,000 for a term not to exceed five years (a base and four one-year options) and for a large business award a capacity of $3,000,000 for a term not to exceed three years (a base year and two one-year options). All offerors are encouraged to visit the following website http://acquisition.army.mil to view other business opportunities across the Army. The intent of the acquisition is to award up to two contracts, each one unrestricted. Subcontracting is allowed by small business firms, however it is li mited to 50% of contract performance. Also joint ventures are encouraged, however the response must indicate that they would offer as a joint venture. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this contract are: (1) at least 57.2% of a contract or's intended subcontract amount be placed with small businesses (SB); (2) at least10 %of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 10%of a contractor's intended subcontract amount be plac ed with women-owned SB (WOSB); (4) at least 3% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 3% of a contractor's intended subcontract amount be placed with HUBZone SB. The plan is not require d as part of this submittal, but will be required with the fee proposal of the firm selected for negotiations. Before a small disadvantaged business is proposed as a potential subcontractor, they must be registered in the database maintained by the Small Business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the 254 and 255s are submitted will result in their elimination as a proposed subcontractor. The wages and benefits of service em ployees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the Option of Fort Worth District, Corps of Engineers. Task Orders issued against the contracts awarded under this announcement may be by or for other Government agencies. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or be contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in preferential order when deciding which c ontractor will be selected to negotiate an order: (1) uniquely specialized experience, (2) past performance on previous task orders, quality and timeliness of work delivered on prior jobs under the current contract, (3) current capacity to accomplish the order in the required time, (4) proximity of the firm to the project site and familiarity with design criteria/codes and construction methods used at the locality, and (5) equitable distribution of work among the contractors. 2. PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of the contracts awarded under this announcement will be considered, if A-E services are to be utilized. Projects are anticipated to be primarily, but not limited to, those in the Civil Works Program executed by Fort Worth District. Work may also consist of design of projects included in the Army and Air Force Military Construction Program executed by the Fort Worth District. The work u nder the Civil Works Program may involve: 1) Engineering Design and Analyses - Hydrologic, Hydraulic, Geotechnical, Groundwater, Civil, Structural, and Cost Estimation; 2) Corps of Engineers Civil Works & Water Resource Planning - Plan Formulation, Socio- Economic Impacts, Economic Cost-Benefit Analyses, and Management and execution of feasibility-level planning studies of flood damage reduction, environmental/ecosystem restoration, recreation, water quality, water supply, and erosion control; 3) CADD/GIS - CADD and Geographic Information Systems (GIS) services; 4) Mapping Services - Topographic and bathymetric surveys, and aerial photography; 5) Environmental Studies - Site Investigations for Hazardous, Toxic, and Radioactive Waste, Environmental Assessment s and Environmental Impact Statements, Forestry, biological/ecological analyses, and Outdoor Recreation Planning, Remote Sensing, and Storm Water Pollution Prevention Studies; and 6) Independent Technical Review - Perform technical review of multi-discipl inary projects/studies from other entities. 3. SELECTION CRITERIA: Selection criteria in descending order of importance are as follows (Criteria (a)-(e) are primary criteria; items (f)-(i) are secondary and are used as tie-breakers among technically equal firms): (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255.). The selected team must demonstrate recent (within the past 2 years) and signi ficant experience in Corps of Engineers Civil Works project planning and design of watersheds within the geogrphic boundaries of the Fort Worth District, US Army Corps of Engineers. Each of the following areas and items must be addressed (the words demons trate, develop:, and ability are defined as providing examples): (1) Hydrology (i) Modified puls routing and Snyderâs unit hydrograph procedures. (ii) Ability to develop hydrologic models using software packages such as HEC-1, HEC-HMS, HEC-GeoHMS, HEC-FFA, and RES-SIM. (2) Hydraulics (i) Develop models using but not limited to HEC-2, HEC-RAS, HEC-GeoRAS, HEC-FDA software packages. (3) Planning and Project Management (i) Demonstrate familiarity and recent experience with Corps of Engineers Civil Works Planning Process and Regulations (ii) Ability to develop and progress projects through Primavera Project Scheduler (iii) Ability to prepare required documents for feasibility-level planning studies of flood damage reduction, environmental/ecosystem restoration, recreation, water quality, water supply, and erosion control. (iv) Ability to document and provide monthly financial data (i.e. obligations, expenditures, etc) to Corps of Engineers (v) Ability to communicate orally (monthly meetings) and in written formats (bi-weekly project status updates). (vi) Ability to plan, prepare, and conduct Public Meetings on projects. (4) Economic Analyses (i) Demonstrate the capability to collect, analyze, and input all necessary data to run Corps of Engineers Hydrologic Engineering Center risk-based Flood Damage Analysis, HEC-FDA software program for flood control studies. (ii) Demonstrate capability to design economic research and study plans for various types of water resources studies. (iii) Firm should demonstrate the capability to apply appropriate statistical/probabilistic methodologies, including but not limited to Monte Carlo simulations and various sampling procedures, to economic analyses for various types of water resource projec ts. (iv) Demonstrate experience in conducting agricultural and recreational impact analyses in regards to various types of water resources studies. (v) Firm must demonstrate the ability to design and execute surveys/research aimed at estimating monetary and non-monetary costs and benefits (NED) associated with stream based recreation alternatives and resource based existence values. (vi) Firm must also demonstrate the ability to conduct socio-economic impact analysis using Government accepted input-output models and be skilled in life-cycle costing and financial ability to pay analysis. (5) Civil Engineering Design (i) Demonstrate recent experience and significant experience in Civil Design plans and specifications. Civil engineering designs should be developed using GEOPAKR or InRoadsTM software packages and delivered in MicrostationTM CAD interface. (6) GIS and Mapping (i) Develop large area digital topographic and bathymetric mapping using state of the art aerial photography as a base. (ii) Traditional ground surveying capabilities performed by a Texas registered professional land surveyor (iii) Demonstrate ability deliver mapping data in ArcInfo/ArcView format and/or A/E/C standards (7) Environmental Analyses (i) Demonstrate ability to conduct and develop NEPA compliant Environmental Impact Statements (EIS), Environmental Assessments, and Biological Assessments. (ii) Demonstrate the capability to perform all environmental studies related to a Civil Works Feasibility Study Planning including but not limited to: biological/ecological/forestry surveys, biological assessments (BA), environmental assessments (EA), env ironmental impact statements (EIS), and environmental baseline surveys (EBS) (8) Environmental Planning (i) Demonstrate the capability to perform Cost Effectiveness and Incremental Cost Analysis on Corps of Engineers Civil Works Planning studies using IWR-Plan Software (9) Water Resource Planning (i) Demonstrate understanding of water availability, water rights, groundwater and other water planning issues in the State of Texas. (ii) Analyses of water availability/rights through computational model like WAM, GAM and others. (10) Cultural Resources (i) Demonstrate the capability to perform all cultural resources activities and surveys associated with 36 CFR 800. (b) Professional Capabilities: This Indefinite Delivery Contracts will require for each A-E Contractor (either in-house or through consultant) as a minimum, the following disciplines: Civil, Structural, Cost, Geotechnical, and Hydraulic Engineers respo nsible for technical products must be registered in the State of Texas. Landscape Architects, Surveyors, and Environmental Resource Planners must also be registered in the State of Texas. Ensure that resumes are provided for each of the personnel propose d for each discipline. Repeat Resume Page as needed to provide all required resumes. Additionally, key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the substituted personnel must be equal to or bette r than those whose resumes were submitted. (c) Firms must demonstrate adequate team capacity to design three task orders concurrently meeting all schedules. (d) Knowledge of Locality: Firms must demonstrate familiarity with the Civil Works boundaries of the Fort Worth District, US Army Corps of Engineers. (e) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, items (f) through (i), are secondary criteria: (f) Subcontracting: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. (g) Volume of DOD contract awards. In Block No. 10 of the SF 255, firms must show their last 12 month's DOD contract awards stated in dollars. (h) In Block No 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. (i) Geographic Proximity of firm to the Fort Worth District Office. 4. SUBMITTAL REQUIREMENT: (a) Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants to the above address not later than 4:30 p.m. (Central Time) on t he response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next business day. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and each proposed consultant even if an SF 254 is already on file. SF 254âs shall be provided for the specific prime and subcon tractor offices proposed to perform the work. Indicate in Block No. 4 of each SF 254 if the firm is a Large, Small, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $4 million. (c) Submit only one SF 255 for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. The A-E shall not include company lite rature with the SF 255. In Block No. 3 of the SF 255, provide the ACASS number for the prime A-E or Joint Venture. The ACASS number must be for the firm performing the work/; i.e. not the parent company ACASS number, but an ACASS number specifically for th e office performing the work. Each branch office and/or joint venture must have their own ACASS number. For assignment of ACASS numbers, contact the POC, Lavern Brewster, at the ACASS Center in Portland, OR, @ 503-808-4591. (d) Include solicitation number in Block No. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract by discipline (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block No. 7 of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each em ployee required to meet the minimums stated in paragraph 3b. (g) It is suggested that Block 8 of the SF 255 be modified to include one relevant project per page to ensure that scope of relevant projects is clearly defined, that participation by the proposed design team is defined on past projects, etc. Do not excee d ten pages for Block 8. (h) In Block 10 of the SF 255, state and address each of the numbered, including subparagraphs, items listed in Section 3. Selection Criteria. Clarify participation by proposed team personnel by name, experience, and training proposed by this SF 255. Reference individual resumes to minimize duplication if desired. DoD awards should be shown in an itemized summary including Agency, Contract Number, Project Title, and Award Amount dollars. When addressing Team capabilities, clarify planned capab ility, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Do not exceed twenty pag es for Block 10. (i) Front and Back sides use of a single page will count as 2 pages. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. (j) Personal visits to discuss this announcement will not be scheduled. (k) Solicitation packages are not provided for A-E contracts. Points of Contact are Contracting: Cathy Nelson, (817) 886-1086 and Technical: Stephen Brooks, (817) 886-1473. Email your questions to US Army Engineer District, Fort Worth at Cathy.T.Nelson@swf02.usace.army.mil
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA63/W9126G-04-R-0012/listing.html)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN00521054-F 20040213/040211215737 (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 |