Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
MODIFICATION

C -- The Huntington District U.S. Army Corps of Engineers is re-submitting this announcement due to administrative errors previously made.

Notice Date
7/23/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-04-R-0012
 
Response Due
8/24/2004
 
Archive Date
10/23/2004
 
Point of Contact
Mary Ann Maynard, 304-399-5736
 
E-Mail Address
Email your questions to US Army Engineer District, Huntington
(Mary.A.Maynard@Lrh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers, Huntington District, proposes to obtain the services for UP TO THREE multidiscipline Indefinite Delivery Architect-Engineer (A/E) contracts for engineering, design and related services. Architect-Engineer design s ervices are required for various types of civil works projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries which include the Buffalo, Chicago, Detroit, Huntington, Louisville, N ashville and Pittsburgh Districts. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage rates will be furnished and new line items included b y modification. One indefinite delivery contract will be negotiated and awarded with a base year and two option years. The contract amount will not exceed $3,000,000. Work will be issued by negotiated firm-fixed price task orders. One of the three cont racts will be awarded initially. The remaining two contracts may be awarded within 12 months depending on workload and contracting requirements. (Note: The remaining two contracts, if awarded, will also have a base period not to exceed one year with up t o two additional option periods not to exceed one year each that may also be awarded.) The criteria to be used in allocating task orders among the contracts will be based on the following: (1) contract minimums - task orders will be distributed to assur e the guaranteed minimums are met; (2) past performance on previous task orders, the quality and timeliness of work delivered on prior jobs under the current contract; (3) current capacity to accomplish the task order in the required time; (4) unique spec ialized experience; (5) equitable distribution of work among the contractors. Work will be issued by negotiated firm-fixed price task orders. The first contract is anticipated to be awarded in December 2004. North American Industrial Classification Sys tem code is 541330, which has a size standard of $4 million in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requ irement for a subcontracting plan on the part of the work it intends to subcontract. The plan is NOT required with this submittal. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see FAR 22. 10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contact Act, as determined relative to the employees office location (not the location of the work). To be eligible for con tract 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 by contact the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Th e A-E services to be provided under these contracts will be multidisciplinary (see paragraph on Specialized Experience and Technical Competence) in nature to support our mission to plan, design, construct, operate and control reservoirs and dams, local flo od protection projects and Support for Others type projects. The A/E will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering, environmental and architectural s ervices to include, but not limited to, planning engineering investigations/studies; designs; reports; construction plans and specifications; preliminary cost e stimates; general construction and engineering type surveys; photogrammetry and related services; Computer-Aided Design and Drafting (CADD); and construction inspection/quality assurance. Work shall be accomplished in full compliance with established Corp s of Engineers manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. Drawings must be prepared on a CADD System (the tri-Services CADD Standards) and must be 100 % compatible with Intergraph CADD system or translated at 100% compatibility for the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred. GIS capability using ESRI ArcGis preferred. Work may require using the metric sys tem. All work shall be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by e ach sub-criterion). Criteria a-g are primary. Criteria h-k are secondary and will only be used as (tie-breakers) among firms that are essentially technically equal. (A) Specialized Experience and Technical Competence: Firms must demonstrate experience and will be ranked in descending order on local protection projects (floodwalls and levees), civil site layout (preparation of applications for NPDES, as well as, construction permits, performing civil site layout to derive a reasonable and logical sequenc e of construction activities), innovative design pertaining to inland navigation projects, mechanical, electrical, hydraulic steel structures (fracture critical), rehabilitation of existing locks and dams, finite element analysis and design, educational ( K-12) and public buildings, pump stations, sanitary and water projects, recreation, bridge design and inspections, risk and reliability, roads, bank protection/channel improvement, residential and commercial floodproofing, other architectural services, hyd rologic and hydraulic studies, geotechnical, planning studies, ecological stream restoration and natural remediation, photogrammetry and related services, drafting and construction inspection. (B) Professional Qualifications: The evaluation of professio nal qualifications will consider relevant experience, education, training, professional registration, organizational certifications and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial o rganizations, professional recognition, professional associations, advanced training and specific work experience of key personnel. The firm must staff the necessary Registered/Licensed Engineers, Architects and Surveyors having the professional qualifica tions and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering architectural and surveying practices. Firms will be ranked on the above qualified registered professional personnel i n the following key disciplines in descending order: Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Sanitary Waste Engineers, Hydraulic Engineers, Geotechnical Engineers, Geologists, Planners, Architects, Specification W riters, Estimators, Certified Photogrammetrists, Professional Surveyors, Environmental Engineers, Environmental Geologist, Biologist (Ecologist), Hydrogeomorphologist, Chemist, Industrial Hygienist, Construction Inspector/Quality Assurance and Engineering Technicians (Draftsmen/CADD Operators). (C) Past Performance: Past Performance on DoD and other contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from ACASS and other sources. Firms must demonstrate ability to design projects within constrained design and construction schedules and funding limitations. (D) Quality Man agement System: The evaluation will consider the firms Quality Management System. The firms must describe their quality control procedures; quality assurance procedures with any subcontracts and procedures for continual improvement and ensuring customer satisfaction. State any experience with the ISO 9001 standard and the DrChecks automated comment and response system. The Huntington District Quality Management System can be found at http://ecpub.lrh.usace.army.mil/ec/ecm/ecmq/ISO/ISO_9000.htm. (E) Kno wledge of the Locality: Knowledge of the geographical and geological features, construction and material standards and construction and permits and licenses for areas in the Great Lakes and Ohio River Division. (F) Capacity: Capacity of the firm to perf orm approximately $1,000,000.00 in work for the required type in a one-year period and accomplish the anticipated work in an efficient manner. The evaluation will consider the experience of the firm in similarly sized projects, scope, complexity, and the size and qualifications of the firms staff in the required disciplines. The firms staff must be capable of responding to multiple task orders concurrently and within the specified performance periods. The evaluation will consider the availability of an a dequate number of personnel in key disciplines. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Multiple subcontractors within specialized experienced areas are encoura ged. (G) CADD: All drawings and exhibits for design work, surveying work, drawings, maps, and details to be provided under this contract shall be accomplished and developed using computer-aided design and drafting (CADD) software and procedures confirming to the following criteria: Data submitted by the Contractor must be 100% compatible with or must be translated to 100% compatibility. The phrase (100% compatible) means that data can be accessed directly by the target CADD system without translation, pr eprocessing or post processing of the electronic digital data files. It is the responsibility of the contractor to ensure this level of compatibility. The target CADD platform is a Generic Personal Computer (PC) running Windows 2000 Professional operatin g system. The target CADD system shall include, but not be limited to, the following software applications: (1) Bentley Microstation version 8.1, (2) Bentley Microstation Iras B version 8.1, (3) Bentley Civil SelectCad version 8.4, (4) Bentley Digital In terPlot Server and Client version 8.1, (5) Bentley InterPlot Raster Offline Driver Pack version 2.1, (6) Tri-Service A/E/C Standard Workspaces version 2.0.5, (7) Windows 2000 Professional operating system, (8) Microsoft Office Suite XP and (9) Winzip versi on 8.0. (H) Geographic Proximity: Location of the firm in the general geographical area of the Huntington District headquarters. (I) Extent of Participation. Extent of participation of small business (including women-owned), small disadvantaged busines ses, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (J) Equitable Distribution of DoD contracts: Volume of DoD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. (K) Electronic Transfer: The evaluation will consider ability to deliver electronic data using the Huntington District ??????s Content Management System ?????? ProjectWise, video conferencing and communicating via the Internet and email. Firms must also submit a list of all-significant equipment and software intended to be used on this contract. 4. SUBMISSION REQUIREMENT S: Interested firms having the capability to perform this work must submit two copies of a current completed Standard Form 330 (SF 330, 06/04 edition), (Archit ect-Engineer Qualifications) for the prime and all consultants, and any supplemental information which documents the firms qualifications to the above address no later than 4:30 p.m. on August 24, 2004. Include the firms ACASS number in Block 5 of the SF 330. For ACASS information, call 503-808-4590. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for p roposal. Please do not register at the Huntington District website. Only timely SF 330s will be considered. The Contract Specialist responsible for this procurement is Dianne.Wallace@lrh01.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN00629661-W 20040725/040723212539 (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.