Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOLICITATION NOTICE

C -- Indefinite Delivery Type Architect-Engineer Contract for Multidisciplinary Planning, Engineering, and Environmental Services for Porjects within the Limits and Assignments of the Memphis District.

Notice Date
3/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-07-R-0005
 
Response Due
4/6/2007
 
Archive Date
6/5/2007
 
Small Business Set-Aside
N/A
 
Description
1. SERVICES REQUIRED: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A-E services are required for engineering, multidisciplinary planning, and environmental services that include tasks rel ated to civil works projects involving flood control; navigation; agricultural water supply; recreation; fish and wildlife resource protection and enhancement; water quality management; socioeconomic analyses; and other water resources related problems and needs. One or more Indefinite Delivery Type contract(s) may be awarded from this solicitation within twelve months following the closing date of the Federal Business Opportunities (FedBizOpps) Synopsis. Negotiations shall begin with the top ranked firm. Should a need be identified for a subsequent contract, or if negotiations with a firm for a contract are unsuccessful, negotiations shall begin with the next ranked firm which has not been offered a contract or negotiation. There is no implied guarantee that every firm on the list will receive a request for proposal, enter into contract negotiations, or be awarded a contract. The engineering services to be procured under this announcement are classified in the North American Industrial Classification Sy stem (NAICS) Code 541330. The proposed procurement listed herein will be an unrestricted procurement, and submittals from large and small businesses will be considered. Firms are considered to be small business concerns if the firm's average annual recei pts from the preceding three fiscal years do not exceed $4.5 Million. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontrac t. The subcontracting goals for this contract are for a minimum of 51.2% of the contractor's intended subcontract amount to be placed with small business (SB) including 8.8% to small disadvantaged businesses (SDB), 7.3% to women-owned small businesses (WO SB), HUBZone Small Business 3.1%, and service-disabled veteran-owned small business 1.5%. The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: Work areas will normally be within the boundaries of the Memphis District, which includes portions of Arkansas, Illinois, Kentucky, Missouri, Mississippi, and Tennessee, but work assignments may be made in other Districts of the Co rps of Engineers. The contract is anticipated to be awarded in August 2007, with the contract period of service not to exceed three calendar years from the date of contract award, or expenditure of the contract amount, whichever occurs first. Work to be performed is subject to satisfactory negotiation of individual task orders. There is no specific task order limit except the limit of the contract, with the maximum amount for the entire contract of $3,000,000. Projects may be at any stage, from the init ial planning stage, to the operational and maintenance stage. The AE may be required to participate in design charrettes either at the Memphis District or on the project site, or both. The AE selected would be required to have sufficient staff, flexibili ty, and capability to be available on an as-needed basis. Engineering can include field investigation, surveys, subsurface exploration, soils laboratory testing, cost estimates using the Corps provided M-II estimating software, value engineering studies a nd reports, development of Design Documentation Reports (DDRs), design of plans resulting in Computer Aided Design and Drafting (CADD) System drawings in an electronic format compatible with the Microstation system of the Memphis District and in complianc e with the District CADD standards, and the preparation of specifications using the Corps of Engineers SpecsIntact program for civil works projects usually in the field of flood control and navigation, but may include projects in other fields. Experience in the use and interpretation of control system software for water control is desired. The AE will be required to use the ProjNet project review and comment program for all projects. The ProjNet program is web based and the permissions and passwords will be distributed on a project-by-project basis. An overview of ProjNet is available at https://www.projnet.org/projnet. The AE is required to have civil, hydraulic, geotechnical, structural, mechanical, and electrical engineering design, and cost engineering experience for levees, floodwalls, channel enlargement, environmental restoration, gated water control structures, agricultural water distribution systems for irrigation, Supervisory Control And Data Acquisition (SCADA) control systems , and pumping statio ns. Planning and evaluation studies may be required in a variety of potential subject areas including: flood control, navigation, recreation, environmental protection and enhancement, fish and wildlife resources, hydrologic modeling, water distribution, w ater quality management, and socioeconomic analyses. Typical tasks include gathering data and preparing reports for inclusion in initial evaluation, reconnaissance, feasibility, or post authorization change studies for Federal projects. Studies may also include work in environmental assessments and impact evaluations consistent with National Environmental Policy Act (NEPA), recreation development, general transportation economics, benefit-to-cost analysis, financial and market analysis, data collection an d field investigations, data bases and structure inventories, and Hazardous, Toxic, and Radioactive Waste (HTRW) initial site assessments according to ASTM E 1527-93. 3. QUALIFICATIONS: Firms must demonstrate in their submission the ability to meet the following requirements: (A) Adequate registered professional personnel, either in-house or through consultants, in civil engineering, structural engineering, geotechnical engineering, electrical engineering, mechanical engineering, hydraulic engineering and hydrology, surveying, geology, and subsurface exploration. Adequate personnel in environmental engineering, geomorphology, cost estimating, biology (terrestrial and aquatic, including mollusk), flood damage assessment, economics, recreation planning, computer aided design and drafting (CADD), geospatial information systems (GIS), archaeology (terrestrial and submerged cultural resources), surveying, general planning, and general contracting to produce quality reports, memorandums, plans, specifications, estimates, electronic bi d sets, and construction schedules. The AE is required to demonstrate that it has civil, structural, mechanical, hydraulic, geotechnical, and electrical engineering design experience for levees, floodwalls, channel enlargement, environmental restoration, gated water control structures, agricultural water distribution systems for irrigation, and SCADA controls and pumping stations. Resumes (Section E of SF330) must be provided for each key personnel, including staff, consultants, and subcontractors, and mu st clearly demonstrate experience in each of the above areas. Professional qualifications of the key personnel will be based upon education, experience, professional licensing, registration in professional societies, certificates, etc. Professional licen sing and/or certification is required on all projects. (B) Sufficient quantity of qualified technical and administrative personnel to ensure expeditious completion of required services; (C) Adequate experienced professional personnel and computer equipment to deliver final Computer Aided Design and Drafting (CADD) System drawings in an electronic format compatible with the Microstation system of the Memphis District, and in compliance wit h the District CADD standards. 4. EVALUATION CRITERIA: Selection will be based on the following five primary criteria (A, B, C, D, & E) and three secondary criteria (F, G, & H). All crit eria are shown in descending order of importance: (A) Specialized Experience. The prime firm and/or its sub-contractor (s) (hereinafter referred to collectively as firm) must demonstrate specialized experience, competence, and qualifications in various engineering, economics, planning, and environmental disciplines. (B) Professional Qualifications. The firm must have a registered Professional Engineer on staff in the disciplines required. The firm should indicate professional recognition, professional associations, advanced training, and specific work experience of k ey personnel. (C) Capacity. Firms must demonstrate sufficient personnel and equipment in the disciplines necessary to conduct the required work in an efficient manner. (D) Past Performance. Performance evaluations on previous contracts with Government agencies, including DOD, and with private industry in terms of cost control, quality of work, and compliance with performance standards and schedules will be considered. (E) Knowledge of Locality. Firms should demonstrate knowledge of geographic features, climatic conditions, and local construction materials and methods within the Memphis District. The following three secondary criteria (F, G, & H), which are listed in descending order of importance, will be used as tie-breakers among equally ranked firms after evaluation by the primary criteria: (F) Geographical Location. Proximity of the firm's offices from which the work will be managed and coordinated to Memphis, Tennessee will be given consideration. (G) Small Business Considerations. Consideration will be given to firms intending to subcontract in a manner that contributes toward the Memphis District subcontracting goals shown under Par. 1, above. If the prime firm can be considered a small business (the firm's average annual receipts from the proceeding three fiscal years does not exceed $4.5 Million), show the firm's average annual receipts from the preceding three fiscal years and state the prime firm is a small business. If the prime firm can be considered a large business, then show the amount the prime firm intends to subcontract. Of this intended subcontract amount, show the amount the prime firm intends to subcontract to small business, to small disadvantaged business, to women-owned small b usiness, to HUBZone small business, and to service-disabled veteran-owned small business along with the percentage of the intended subcontract amount for each one. (H) Volume of DOD Work. Consideration will be given to the volume of work previously awarded and contractor earnings assigned to the firm by DOD in the last 12 months (March 1, 2006 to March 1, 2007), with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms, including small and small disadvantaged business firms, and firms that have not had prior DOD contracts. 5. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform these services must submit two copies of SF330 for the prime and all sub-contractors to the following not later than the close of business (COB) (4:00 PM Central) April 6, 2007: Carol Seibert Contract Specialist CEMVM-CT-C, Memphis District, Corps of Engineers 167 North Main Street, B-202 Memphis, TN 38103-1894 The SF330 submittal will not have a page limitation. The smallest type allowed is 12 font. The solicitation number should be included in Block 3 of SF330. Include in Block 4, Part II, the firm's DUN number, and block 8, any former Duns number. In Sectio ns E-H of the SF330, firms are requested to clearly and succinctly address all qualification requirements listed under Items 3 and 4 above. All DOD contracts awarded to the firms and its affiliates (not to include sub-contractors) during the 12-month peri od of March 1, 2006 to March 1, 2007 should be shown, including the contract amount and whether the contract includes an op tion year and option amount. Firms are also required to show the total amount of DOD contract earnings within the 12-month period stated above by the firms as prime contractor, without regard to the award date of the contract (s). Also in Section H, firm s are requested to provide a detailed list of all pertinent field and office equipment to be used on this contract that distinguishes ownership between prime and subcontractors, if used. Similarly in Section H, describe the firm's overall quality manageme nt plan, including management approach, coordination of disciplines, field crews, and subcontractors, and quality control procedures. A contract specific quality control plan must be prepared and approved by the Government as a condition of contract award , but is not required with this submission. Letters, including transmittal letters, photographs, brochures and other promotional literature are not desired nor will be considered. In-person presentations by the most highly qualified firms may be required . Solicitation packages are not provided to interested firms for A-E contracts before final firm selection. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
Country: US
 
Record
SN01245885-W 20070309/070307221424 (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.