SOLICITATION NOTICE
C -- Indefinite Delivery Contract for A-E Services for Engineering and Related Technical Services Within the Geographic Boundaries and Assignments of Charleston District
- Notice Date
- 1/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corp of Engineers, Charleston, 69-A Hagood Avenue, Charleston, SC 29403-5107
- ZIP Code
- 29403-5107
- Solicitation Number
- W912HP-05-R-0003
- Response Due
- 2/22/2005
- Archive Date
- 4/23/2005
- Small Business Set-Aside
- N/A
- Description
- The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries and assignments of the Charleston District. The selected firm will be responsible for completion of miscellaneous technical se rvices that will include the following services for various projects varying in size and complexity. The work may require the services of civil and hydraulic engineers, biologists, chemists, and archaeologists, along with economists, statisticians, mechan ical, electrical, structural, geotechnical, fire protection, and environmental engineers, and architects along with CADD persons, GIS, surveyors, and miscellaneous support personnel. Additional services required by A-E are furnishing boats, sampling equip ment and laboratory analysis of sediment, water and benthic samples. The selected firms shall have sufficient qualified technical, supervisory and administrative personnel to insure completion of the work in a conscientious and expeditious manner. Techni cal disciplines to be provided will include professional and semiprofessional people in civil, hydrologic, biological, chemical, geologic, environmental, archaeological, economic, mechanical, electrical, structural, geotechnical, fire protection, and archi tectural areas. Firms will be required to perform a wide range of services such as preparing reconnaissance and/or feasibility studies and reports for civil works planning, cultural resources surveys and environmental impact statements. Typical civil wor ks projects and studies include environmental impact documents, navigation, flood control and flood plain management, shore and hurricane protection, water supply, regulatory programs, emergency response and recovery, outdoor recreation, water/sediment qua lity to include collection of samples for physical, chemical, and biological analysis, statistical analysis, aquatic plant control, fish and wildlife conservation/studies, benthic in faunal surveys, archaeological surveys, and economic evaluations. Firms shall have general design capabilities such as specification writing, preparation of construction plans and estimates for work such as buildings, fire protection systems, parking lots, roads; rehabilitation and/or alterations of structures; and general eng ineering work such as drainage, grading and site development. The firm should have surveying capabilities to produce topographic drawings for various projects. Firms are desired with experience in identifying topography using latest industry standards; a ll existing physical features pertinent to the site (structures, utilities, ground covers, fencing and the like); survey control based on National Geodetic Survey (NGS) sea level datum. All final plans shall be submitted in Intergraph format. The firms sh ould have computer aided drafting and other data entry systems which are compatible with Intergraph IGDS System and format. The firms may use a system other than Intergraph and have the files translated into Intergraph IGDS files. Firms should be able to perform subsurface investigations such as soils and rock drilling, sampling and testing. The types of drilling would include Standard Penetration testing, undisturbed sampling and vane shear testing on land and offshore; and also offshore vibracoring capa bility. Laboratory soils testing would also be included. Firms should have the ability to perform Geographic Information Systems (GIS) tasks using software packages such as ARCVIEW, ARCGIS, ARCINFO developed by ESRI (Environmental Systems Research Instit ute, Inc and the various extensions required to support hydraulic and coastal engineering analyses, studies and designs. Evaluation factors in their order of importance and points and weights which will be used to score the criteria are as follows: Prima ry Criteria (1) Professional qualifications as described above; (2) Specialized experience and technical competence; (3) Capability to accomplish work in the required time; (4) Computer Capability; (5) Past Performance; (6) Knowledge of locality; and Secondary Criteria are (7). Location of firm; (8) Volume of On Going DoD work; (9) Subcontracting of large business to small business and small disadvan taged business, if applicable. Firms desiring consideration shall address the above requested data and submit as described in Note 24 to be received in the office shown above not later than the close of business on the 30th day after the date of this anno uncement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Submit one (1) completed SF 330 Part I (June 2004 U.S. Government Architect-Engineer Qualifications for the specific proj ect for yourself and one (1) completed SF 330 Part II (June 2004 Edition) for your firm and one for each of your subcontractors to the office shown. The SF 330 shall not exceed 75 pages. An indefinite-delivery-type contract for these services based on fi rm fixed unit prices is contemplated with two option years. The total amount of the base year will not exceed $300,000; total contract amount including the two option years will not exceed $900,000. This procurement is for full and open competition. Sol icitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be considered by the agency. POINT OF CONTACT: Rose M. Smalls, Contract Specialist, (843)329 -8086, Contracting Officer, Kathleen A. Edenborough (843) 329-8096. SEE NUMBERED NOTE 24.
- Place of Performance
- Address: US Army Corp of Engineers, Charleston 69-A Hagood Avenue, Charleston SC
- Zip Code: 29403-5107
- Country: US
- Zip Code: 29403-5107
- Record
- SN00736959-W 20050121/050119211929 (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 |