Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOURCES SOUGHT

C -- Indefinite Delivery Type (IDT) Contract for Engineering, Design, and Associated Engineering Support Services for the Vicksburg Districtat various worldwide installations

Notice Date
9/27/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-06-A-0004
 
Response Due
11/1/2006
 
Archive Date
12/31/2006
 
Small Business Set-Aside
N/A
 
Description
C  INDEFINITE DELIVERY CONTRACT FOR ENGINEERING, DESIGN AND ASSOCIATED ENGINEERING SUPPORT SERVICES FOR THE VICKSBURG DISTRICT AT VARIOUS WORLDWIDE INSTALLATIONS, POC Jennifer Chambers, 601-631-5562, Technical POC, Terry Stanton, 601-634-3408. 1. CONTRACT INFORMATION: SF 330s are due by Close of Business on November 1, 2006. Up to four indefinite delivery contracts may be negotiated and awarded, each with a base period and two option periods. Task orders issued over the life of the contract s hall not exceed $3.0 million. An option period may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed price task orders. One of the four contracts will be awarded initially. Additional contract awards may be made within 12 months of selection contingent upon availability of funds and workload requirements. The work will be accomplished prima rily on the nation's military bases but may also include work at various worldwide locations. 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 a ssure 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 specialized experience; (5) equitable distribution of work among the contractors. It is anticipated that the estimated workload for each performance period will be $1.0 million. Contract award is anticipated on or before March 07. This announcement is o pen to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR52.219-9 regarding the requirement for a subcontracting plan. The FY 2007 preliminary subcontracting goals for the Vicksburg District are: (1) at least 57.2 percent of a contractors intended subcontract amount to be placed with small businesses (SB) including small disadvantaged businesses (SDB), women-owned small business (WOSB) and service-disabled Veteran-owned small business; (2) at lea st 8.9 percent of a contractors intended subcontract amount to be placed SDB; (3) at least 8.1 percent of a contractors intended subcontract amount to be placed with WOSB; (4) at least 3.0 percent of a contractors intended subcontract amount be placed w ith service-disabled Veteran-owned small business; and (5) at least 3.0 percent of a contractors intended subcontract amount be placed with HUBZone small business. Effective 14 June 1999, the small business size standard for A-E services (SIC code 8711) is $4.0 million. Subcontracting intentions are to be outlined in the SF 330. 2. PROJECT INFORMATION: The work under this contract shall consist of professional services for miscellaneous inspection, research and design of highway, railroad and pedestrian bridges for military and civilian loads as well as inspections, preparation o f Emergency Action Plans, research, and design of dams. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, environmental, electrical, mechanical, surveying, mapping, CADD, and architectural design. Work may include, but is n ot limited to studies, preparation of sketches, conceptual drawings, related drafting, cost estimates, specifications, contract drawings, and design analysis. Studies, designs and drawings shall be in English and/or metric units as directed by each task o rder or the contracting officer. 3. PRE-SELECTION CRITERIA: Pre-Selection criteria will be based on the following considerations, which are of equal importance. The firm (either in-house or through association with a qualified consultant) must: (a) demonstrate world wide bridge inspect ion experience in compliance with AR 420 -72 and ER 1110-2-111; this shall include underwater bridge inspection requirements; (b) demonstrate world wide dam inspection experience in compliance with AR 420-42 and FEMA documents 64,65,94,145,148,and 333; this shall include underwater dam inspection requirements; (c) demonstrate capability and experience in bridge analysis including: current ratings requirements (AASHTO MCEB), and scour analysis (level I and level II); determining the Military Load Classification using foreign country design vehicles as well as using innovative state of the art analytical modeling, load testing and other experimental techniques; (d)demonstrate capability and experience in preparing Emergency Action Plans for dam failure; this shall include the capability to analyze da m hazard potential classification; (e) demonstrate capability and experience in design and specification of bridge and dam design and miscellaneous bridge and dam repair, upgrade and operation and maintenance projects; (f)employ qualified registered profes sional personnel in the following key disciplines; civil engineering, structural engineering, geotechnical engineering, hydraulic engineering, electrical engineering, mechanical engineering, and architecture; contractor shall also demonstrate an establis hed a team including a qualified bridge inspection team leader and technicians, as well as a qualified dam inspection team leader and technicians; because of the requirement to be admitted onto U.S. military installations worldwide, the contractor must be eligible to obtain a security clearance, and therefore, must be a U.S. citizen (g) demonstrate experience in use of CADD systems. Drawings and plates shall be prepared as required to present project details and/or study results. All drawings shall be fu rnished in a Microstation design file compatible format. 4. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary; criteria F and G are secondary and will only be used as a tie- breaker, if necessary, in ranking the most highly qualified firms. (A) Specialized Experience: The specialized experience and technical competence of the firm and consultants in the work described above in pre-selection items a through e. List no more t han a total of 15 projects that best illustrate current qualifications and relevant projects (including any subcontractor work; ONLY THE FIRST 15 LISTED PROJECTS WILL BE CONSIDERED. Pages in excess of the maximum of 15 will be discarded and not used or loo ked at in the evaluation). (B) Professional Qualifications: The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Past Performance: Consideration will be given to ratings on previous DoD contracts. Consideration will also be given to verifiable past performance. Consideration will also be given to firms that have above-average performance on the type of work described in the pre-selection criteria. (D) Capacity to perform multiple projects simult aneously and complete work in a timely manner. (E) Knowledge of the Locality; locality refers to military installations and civil works projects worldwide. (F) Extent of participation of SB, SDB, historically black colleges and universities (HBCU) Women o wned Small Businesses (WOSB), Service Disabled veterans (SDV), and minority institutions (MI) in the contract team. Participation will be measured as the greater the participation, the greater the consideration. (G) DoD contract awarded in the past 12 mo nths, the greater the awards the lesser the consideration. In the final selection process, the mo st highly qualified firms will be interviewed. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of a SF 330 along with Part II of the SF 330 for each consultant to: U.S. Army Engineer District, Vicksburg, ATTN: Jennifer Chambers, A-E Services (CEMVK ED CE), 4155 E. Clay St. Vicksburg, M ississippi 39183 3435. Note the following restrictions on submittal of SF330; Resumes of key persons, specialist and individual consultants (section E) anticipated for this project will be limited to a maximum of 10 pages (one side). Additional informati on (Section H) will be limited to a maximum of 10 pages. Pages in excess of the maximum of 10 will be discarded and not used in evaluation. All telephone calls should be directed to Mrs. Jennifer Chambers, (601) 631-5562. APPOINTMENTS WILL NOT BE SCHEDU LED TO DISCUSS THIS ANNOUNCEMENT. This is not an RFP. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702. The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantaged business concerns to the maximum practicable extent consistent with the efficient performance of the contract. The subcontracting plan s hall separate percentage goals composed of direct cost, indirect costs, or a combination of the two for using small and small disadvantaged business subcontractors. Questions relative to the subcontracting plan may be directed to Mrs. Shirley Reed, Deputy for Small Business, (601) 631-5347. Email: jennifer.b.chambers@mvk02.usace.army.mil Include DUNS number in the SF 330 in Part II as stated. ****NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database.
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01156059-W 20060929/060927220947 (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.