Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

C -- A-E services, primarily GEOTECHNICAL in nature, are required to support Military, Civil Works, HTRW, and Work for Others design and studies within or assigned to the Norfolk District and North Atlantic Division, U.S. Army Corps of Engineers.

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-07-R-0049
 
Response Due
9/5/2007
 
Archive Date
11/4/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS AN UNRESTRICTED PROCUREMENT. CONTRACT INFORMATION: Architect and engineering services, primarily GEOTECHNICAL in nature, procured in accordance with PL 92-582 (Brooks AE Act) and FAR Part 36, are required to support Military, Civil Works, HTRW, and Work for Others design and studies within or assigned to the Norfolk District, U.S. Army Corps of Engineers. A-E services are expected to include field investigation, concept and final design including preparation of plans, specifications, and cost estimates at various military facilities within the jurisdiction of the Norfolk District, Virginia. One or more Indefinite Delivery Contracts (IDC) will be negotiated and awarded with a base period not to exceed one base year and two option periods not to exceed one year each.? The option peri od may be exercised when the base period or preceding option period nears expiration.? The cumulative value of all task orders will not exceed $3,000,000.00.? Work will be issued by negotiated firm-fixed-price Task Orders. The contracts may include Task Or ders with options for planning, engineering and design, and construction phase assistance. PROJECT INFORMATION:? Projects, primarily GEOTECHNICAL in nature, may include the preparation of special reports, studies (to include value engineering studies), development of design criteria, and design of new construction and renovation projects as need ed for Military, Civil Works, HTRW, and Work for Others work assigned to the Norfolk District and within the North Atlantic Division. These contracts, primarily GEOTECHNICAL in nature, may include preparation of reports, plans, specifications and studies f or earthwork structures and building foundations, and groundwater controls; sampling and testing for geotechnical purposes of clean and contaminated material; analyses for foundation and other site investigations; investigations of shallow channels; topog raphic surveys; planning and design work involving site & utility, environmental, cultural resource, and geotechnical investigations and reports; aerial, topographic and metes & bounds surveys; preparation of programming documents, parametric designs, cont ract drawings, technical specifications, design analyses, GIS, and computer aided cost estimating. Construction phase services, including shop drawing review, design during construction, site visits, construction phasing & scheduling, etc., could be includ ed as options on task orders. This work could be performed in or around new facilities or repair or renovation projects. Experience in sustainable design, using either the Sustainable Project Rating Tool (SPiRiT) or LEED Green Building Rating System. Sust ainable design consists of using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic a nd harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. 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-e are primary. Criteria f-h are secondary and will only be used as tie-breakers among tec hnically equal firms. a. Specialized experience and technical competence: (1) Demonstrated experience by the prime firm and its consultants in geotechnical surveys and designs in DOD projects.? Projects older than five years will not be considered.? Similar projects newer than three years will receive higher ratings. (2) Computer Resources  firms must indicate in Section H of the SF 330 the following items: (a) accessibility to and/or familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specification system , the MCACES estimating system, and the Dr CHECKS review management system; (b) demonstrated CADD capability with capacity to produce output files in .DXF or .DWG and .CAL file format. CADD drawings will be required on CDs in Auto CADD Release version 2005 or higher; b. Professional Qualifications: The design team must possess experienced, registered personnel in geotechnical, civil, certified industrial hygienist, and land surveyor. Qualifications of the project manager shall also be provided. The evaluation will consider education, registration, a nd overall and relevant experience. The submittal shall include a matrix showing experience of the proposed lead designers on the projects listed. The selected firm must also possess an in-house soil and material testing lab and either in-house or consult ant soil exploration capability for foundation investigations. c. Past performance on DOD and other contracts: (1) ACASS evaluations (superior performance evaluations on recently completed projects is advantageous); (2) Letters of evaluation/recognition by other clients; (3) Cost control and estimating performance as a percentage deviation between the final estimate and low bid on similar TYPE and SIZE projects; (4) On-time delivery of designs for DOD and similar projects. d. Capacity to accomplish the work in the required time: Firms must demonstrate ability of the design team to complete the project as scheduled. e. Knowledge of the Locality. f.. SB and SDB PARTICIPATION: Extent of participation of small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic Proximity h. Volume of DOD contract awards in the last 12 months. Considerations may include: (1) Equitable distribution of contracts among qualified A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DOD contracts which will only be considered when used as a tie-breaker. (2) ACASS retrievals; and (3) Current workload SUBMISSION REQUIREMENTS: All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 330 for the design team to the above address. Packa ges must be received in the Contracting Office by 2:00 PM on the response date indicated. Submittals by facsimile transmission or other electronic means will not be accepted and will be considered nonresponsive. Please mark the Solicitation Number and Cont racting Office POC Name on the outside of the proposal package. Forms may be obtained through GPO at {202)512-1800 or via the web site at http://www.gsa.gov/forms/zero. ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the web site at http://www.ccr.gov. The SF 330 must also include the following: a. Section H: prime firm's DUNS # and distance (in terms of POV driving miles) from address of office to perform the work and the Norfolk District. For ACASS information, call 503-808-4591; b. Section H. include your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. c. Firms with more than one office -(1) Section C: this section should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Se ction E: each key person's office loca tion; d. Section E: registrations must include the year, discipline and state in which registered; e. Section F: a descriptive project synopsis of major items of work; f. Section F. Indicate fee in terms of thousands of dollars, not percentage of work completed. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN01363541-W 20070808/070806221622 (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.