Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2006 FBO #1728
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Contract, General Design Support Services, Multidisciplinary Services, and Construction Management Services, Primarily Within the Limits of the New Orleans District.

Notice Date
8/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-06-R-0219
 
Response Due
9/18/2006
 
Archive Date
11/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT, GENERAL DESIGN SUPPORT SERVICES, MULTIDISCIPLINARY SERVICES, AND CONSTRUCTION MANAGEMENT SERVICES PRIMARILY WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT. SOLICITATION NUMBER IS W912P8-06-R-0219. THI S IS A SMALL BUSINESS SET-ASIDE. PLEASE SEE NUMBERED NOTE 24. Contract Specialist, Jane Kulick, 504-862-2890, email:Jane.B.Kulick@mvn02.usace.army.mil. Contracting Officer, Kelly Gele, 504-862-1515. I. CONTRACT INFORMATION: This contract is being procure d in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System (NAICS) Code is 54 1330, which has a size standard of $4.5 million in average annual receipts. To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR) via the CCR Internet site at http://www.ccr.go v or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. ATTENTION: Effective January 1, 2005, all contractors who submit an offer/bid are required to register in the Online Representations and Certifications Application (ORCA). See FAR clauses 52.204-7 and 52.204-8 for requirement information. The web site for ORCA is http://orca.bpn.gov. ORCA registration replaces some of the Representations and Certifications. An Indefinite Delivery Indefinite Quantity (IDIQ) type contract wi ll be negotiated and awarded with a base period not to exceed one year and four option periods not to exceed one year each. Multiple contracts may be awarded. Anticipated award date is on or about October 2006. Annual contract ceilings will not exceed $10, 000,000 per year for the base and each of the four option years, for a five year total not to exceed $50,000,000. The minimum guarantee is $200,000.00 for the base period and $100,000.00 for each option year exercised. The Government reserves the right to exercise the contract options before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The wages and benefits of service empl oyees (see FAR 22.10) performing under the resulting contract(s) must be at least equal to those determined relative to the employees office location (not the location of the work). This announcement is restricted to small business. The work will be award ed by negotiated task orders not to exceed the base contract amount. Task orders may be awarded as Firm Fixed Price (FFP), or Labor Hours (LH), or a combination thereof. The primary purpose of the proposed contract(s) is to provide services for projects lo cated within the geographic boundaries of the New Orleans District. II. PROJECT INFORMATION: 1. The work may involve investigations, comparisons, data evaluations, analysis, design, cost estimating, technical writing, and CADD drafting for design reports, concept studies, plans and specifications or other engineering documents, Value Engineering, engineering during construction and construction management services. Surveying and the use of aerial mapping are required to support this work. 2. The work may in volve the following disciplines: Structural, Civil, Geotechnical, Hydraulic, Environmental, Mechanical, Electrical and Cost Engineering; Construction Management (including contract document preparation, on-site inspection, materials testing, QA, submittal management, cost estimating, scheduling, safety and progress monitoring, etc); Architecture; Landscape Architecture and Survey. 3. The work may involve the following types of projects, and work may involve new or existing structures: Hydraulic structures s uch as locks, floodgates, flood control structures, floodwalls, levees, navigation structures, drainage canals and structures, pre-stressed and post tensioned c oncrete structures, pumping stations; marine structures such as bulkheads, dolphins, fenders, guide walls, jetties; highway work such as roads, culverts and bridges; and buildings such as storage facilities, pump houses, or offices related to the structure s above. 4. The work may involve the following types of related work: site layout; real estate rights-of-way drawings; HTRW investigations; architectural treatments; landscaping; soil borings and soil tests to determine soil properties in accordance with t he Corps` geotechnical criteria; pile capacity curves; soil pressures; seepage and dewatering analysis; stability analysis; surveys and the use of aerial photographic coverage to locate features and develop topographic maps, contour maps, profiles and sect ions, both land based and hydrographic. 5. The instrumentation and evaluation work may involve the following: a. Surveying and instrumentation data gathering for specific features of existing civil works structures such as survey cross sections and profile s, settlement mark readings, joint movement readings, joint alignment readings and piezometer readings. The surveys may include hydrographic, overbank, horizontal distances and control data. Firms must indicate their capability of utilizing Global Position ing Systems GPS and total stations with a data collector system. b. Compiling the field data into the appropriate digital format for use in various software e.g. government provided data collector program, government provided cross section plot program, Ex cel spreadsheet with graphics; c. Producing CADD and Excel plots and plates from the compiled data; d. Analyzing the field data and preparing instrumentation evaluation reports with photos and documentation of the site visit by Engineers. III. SELECTION CR ITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of precedence. Criteria 1 thru 6 are primary. Criteria 7 and 8 are secondary and will be used only as `tie-breakers` among technically equal firms. l. Speci alized experience and technical competence of the firm and its key personnel to perform the services and produce the engineering documents listed in paragraph 2 above. 2. Professional qualifications of the key design personnel, including professional regis tration in engineering, architecture, construction management and surveying, available to work on this contract in the following disciplines: Project Management, Structural Engineering, Civil Engineering, Hydraulic Engineering, Geotechnical Engineering, Me chanical Engineering, Electrical Engineering and Cost Engineering; Architecture, Landscape Architecture, Survey, CADD technology and Construction Management. 3. Capacity - personnel and equipment - to perform the work in the required time using all of the latest versions of commercial and Corps software packages utilized by the Corps; produce CADD drawings in the MicroStation format; produce specifications; produce cost estimates in MCACES (MII); perform soil borings and soil testing and analysis in accorda nce with the Corps` New Orleans District geotechnical criteria; perform land based and hydrographic surveys; and provide personnel in sufficient numbers to accomplish very large volumes of work within compressed timetables. 4. Knowledge of geographic /geol ogical area within the limits of the New Orleans District. 5. Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules. 6. Extent of participation of small busines ses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, historically black colleges and universities, and minority institutions on the pro posed contract term as measured as a percentage of the estimated effort. 7. Location of the design firm in the general geographical area of the New Orleans Di strict. 8. Volume of DoD A-E Contract Awards in the last 12 months with the objective of affecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. IV.SUBMISSION REQUIREMENTS: Interested firms, which meet the requ irements described in this announcement, are invited to submit 5 copies of SF 330 (dated 6/2004) - SF 330 replaced both SF 254 and SF 255 which are no longer accepted - for the prime firm and all subcontractors and consultants to the address below not late r than 4:30 p.m. on 18 September 2006, New Orleans, LA time. Include the firms DUNS number in SF 330. Also include an organizational chart, equipment requirements, and the use of subcontractors or consultants and describe the firms design quality contro l plan, including coordination of subcontractors and consultants. Each offeror/consultant listed within Part I of the SF330 must submit Part II of the form with this package. In the SF330, Part I, Section F, cite whether the experience is that of the prime (or joint venture) from an office other that that identified in Block 21 shall be so labeled. The evaluation factors listed must be addressed in the appropriate sections of the SF330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Complete Safety Plan will be required after contract award. Safety performance data - person-hours lost - must be submitted including data for any subcontractors. A detailed Quality Control Plan must be received and app roved by the Government prior to contract award. For Overnight or courier deliveries, the physical address is U.S. Army Engineer District, New Orleans, 7400 Leake Avenue, ATTN: CEMVN-CT-E, Jane Kulick, Room 184, New Orleans, LA 70118-1030. This is not a Re quest for Proposal. Refer to Solicitation No. W912P8-06-R-0219.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01119704-W 20060820/060818221630 (fbodaily.com)
 
Source
FedBizOpps 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.