Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
SOLICITATION NOTICE

C -- An Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to provide Bridge Inspection and Incidental Remedial Design Services, various locations within the Corps of Engineers North Atlantic Division (NAD) Boundaries.

Notice Date
3/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-05-R-0007
 
Response Due
4/5/2005
 
Archive Date
6/4/2005
 
Small Business Set-Aside
N/A
 
Description
An Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to provide Bridge Inspection and Incidental Remedial Design Services, various locations within the Corps of Engineers North Atlantic Division (NAD) Boundaries, excluding Europe District, with most projects primarily within the six New England States. 1. CONTRACT INFORMATION: Indefinite Delivery Contract that will provide for the capability to issue a series of task orders not to exceed $750,000.00 in one calendar year. At the option of the Government, this contract may be extended for two one-year pe riods. The total contract could be worth $2,250,000.00 if all option years are exercised. This announcement is open to all businesses regardless of size. In accordance with FAR clause 52.219-9, if a large business is selected for this contract, a Small and Small Disadvantaged Business Subcontracting Plan must be submitted and approved by USACE and SBA prior to contract award. The Subcontracting Plan is not required with this submittal. The selected firm will be invited to negotiate an acceptable subco ntracting plan. It is the contractors responsibility to provide realistic, challenging and achievable goals to be set forth in the subcontracting plan. New England District encourages all small businesses to participate as prime and should consider team ing with other small businesses. Small businesses for this contract action are defined under the North American Industry Classification Code (NAICS) of 541330, which specifies that the firms have no more than $4,000,000 in average annual receipts over the past 3 fiscal years. Award of contract to the subsequently selected firm is anticipated in April or May, 2005. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiati on based on demonstrated competence and qualifications for the required work. 2. PROJECT INFORMATION: Architect-Engineer services are required to perform inspections to determine the physical condition of selected bridges in the inventory of the North Atlantic Division, Corps of Engineers. The primary bridges to be inspected in th is contract are the Bourne and Sagamore Highway Bridges spanning the Cape Cod Canal at Bourne, MA, and the Vertical Lift Railroad Bridge spanning the Cape Cod Canal at Buzzards Bay, MA. Other bridges in the inventory are located at various Corps projects, and range from larger (greater than 100 feet) built-up steel girder bridges over spillways and connecting dam crests to control towers, to smaller concrete or steel bridges within project reservoir areas. The Bourne and Sagamore Bridges are seven-span and three-span, respectively, continuous truss bridges, both with a considerable portion of the 616-foot center span over 100 feet above deck level and with a 135-foot vertical clearance over the canal. Use of aerial lifts, free climbing, rigging, or combinat ion thereof, will be required to access most areas of the structures involved. Inspection of the above-deck arch portions of both the Bourne and Sagamore Bridges will require a method of access that does not require any traffic control, specifically free c limbing. In most instances, a 'Routine Inspection', as described in the American Association of State Highway and Transportation Official's (AASHTO) Manual for Condition Evaluation of Bridges, will be the level of inspection required for vehicular bridges. However, on certain structures 'Initial' or 'In-Depth' inspections may be required. The Vertical Lift Railroad Bridge has a 544-foot lift span flanked by tower spans at each end. With the lift span in the raised position, there is a 135-foot vertical cle arance over the canal. Use of aerial lifts, free climbing, rigging, or a combination thereof, will be required to access the structure. Inspection of the mechanical ad electrical components of the Vertical Lift Railroad Bridges operating system will also be required. In general, a 'Periodic Inspection' as described in the American Railway Engineering and Maintenance-of-Way (AREMA) Manual for Railway Engineering will be the level of inspection required. Underwater inspections may also be required. Draft inspection repo rts generally will be required within 45 days after completion of physical inspection; final inspection reports generally will be required within 14 days from receipt of draft report comments. 3. SELECTION CRITERIA: See Note 24 for general selection process & criteria. When selecting the best firm for a contract, the Corps of Engineers normally uses the following criteria: (1) Primary Selection Criteria (a) Specialized Experience and Technical Competence - FAR 36.602-1(a)(2). (b) Professional Qualifications - FAR 36.602-1(a)(1). (c) Past Performance - FAR 36.602-1(a)(4). (d) Capacity - FAR 36.602-1(a)(3). (e) Knowledge of the Locality - FAR 36.602-1(a)(5). Specialized Selection Criteria for this contract, in descending order of importance, are: a. Firms must demonstrate that personnel to be involved in this work meet the required qualifications set forth in the 'National Bridge Inspection Standards' as publ ished in the Code of Federal Regulations (23 CFR Part 650), the required qualifications as set forth in U.S. Army Corps of Engineer Regulation, ER 1110-2-111, 'Periodic Safety Inspection and Continuing Evaluation of USACE Bridges', and have completed a com prehensive training course based on the 'Bridge Inspector's Training Manual 90' from the Federal Highway Administration. More specifically, for each project the Bridge Inspection Team shall consist of a minimum of an Engineer-in-Charge for that project, Fi eld Inspection Team Leaders, and an approved number of Bridge Technical Specialists. The Engineer-in-Charge must be registered professional structural engineer in addition to having completed the cited training course. The Team Leader shall be a structural engineer who meets the minimum qualifications stated in 23 CFR Part 650, paragraph 650.307, in addition to having completed the cited training course. Bridge Technical Specialists must either have a Bachelor of Scienc e Degree in Civil Engineering, or have an Associate Degree in Civil Engineering Technology in addition to having completed the cited training course. Mechanical and electrical engineers involved with the inspection of the Vertical Lift Railroad Bridge shal l be registered professional engineers who are proficient with the methods and procedures for moveable bridges. b. The firm must demonstrate specialized experience and technical competence in inspection, bridge rehabilitation work and the preparation of lo ad rating computations for major structures such as the Bourne and Sagamore Bridges and the Vertical Lift Railroad Bridge. Specifically, the firm shall have successfully completed a minimum of three inspections and reports on bridges including the followin g features: Steel truss bridges of total length greater than 1000 feet. Steel truss bridges of which the lowest element of the superstructure is at least 100 feet above a body of water. Steel truss bridges with an extensive number of fracture critical elements such as Steel Strand Suspender Cables, Upper Chords, Lower Chords, Diagonals, etc., and extensive fatigue sensitive details as defined by the American Association of State Highway and Transportation Officials (AASHTO). Moveable railroad bridges. c. The firm shall employ a sufficient number of trained personnel capable of free climbing steel structures to perform a hands-on inspection without disruption of traffic flow. d. Sufficient Capacity to Perform Work: the firm shall have the following minimum staffing beyond Engineer-in-Charge, to perform and complete work assignments in a timely manner: Two team leaders with minimum qualifications as described above. Six bridge technical specialists with minimum qual ifications as described above. ? Two mechanical engineers with minimum qualifications as described above. ? Two electrical engineers with minimum qualifications as described above. (2) Secondary Selection Criteria (a) SB and SDB Participation DFARS 236.602-1(a)(6)(C). The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) measured as a percentage of the total anticipated contract effort, regardles s of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration (b) Geographic Proximity FAR 36.602-1(a)(5). Proximity is simply the physical location of a firm in relation to the location of a project, and has very little to do with the technical ability of a firm to perform the project. Hence, proximity should norma lly only be used as a selection criterion for small or routine projects or ID contracts in support of a specific installation(s). It will have very little bearing on this selection. (c) Volume of DoD Contract Awards DFARS 236.602-1(a)(6)(A). DoD A-E contract awards can be obtained from ACASS, and verified and updated during the interviews with the most highly qualified firms. 4. SUBMISSION REQUIREMENTS: Standard Form (SF) 330 for Architect Engineer Qualifications became effective 8 June 2004, and replaces SFs 254 and 255. Interested firms being able to perform this work must submit Parts I and II of the SF 330 for the prime f irm (or joint venture). Part II of the SF 330 must also be submitted for each consultant. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Contracting Division. Submissions must be submitted by 4:30 PM EST, on April 4, 2005. Include the firms ACASS number on t he SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the ACASS number for each consultant. If your firm, or any consultant firm, does not have an ACASS number, it can be obtained from the Portland District, Corps of Engineers ACASS database by calling Lavern Brewster-Jenkins at 503-808-4591. Please submit three copies of all submissions. The SF 330, Part I, shall have a page limit of 50 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch. The New England District does not retain SF 254s or SF 330 Part IIs on file. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be cons idered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendo rs is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUN S number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711. For any general or administrative questions, Mr. MacDonald can be reached at 978-318-8718 or via Internet at robert.c.macdonald@usace.army.mil. All t echnical questions should be directed to Mr. David Descoteaux at 978-318-8083 or via Internet at david.r.descoteaux@usace.army.mil. Solicitation packages are not provided. This is not a request for proposal.
 
Place of Performance
Address: US Army Engineer District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
Country: US
 
Record
SN00761206-W 20050304/050302212330 (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.