MODIFICATION
C -- Indefinite Delivery Contract IDC-PL-3002 for General Architect-Engineering (A-E) Services, primarily within New York District's boundaries and other Corps of Engineers locations within NAD/MSC boundaries.
- Notice Date
- 9/27/2007
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- FBOAE0706
- Response Due
- 10/19/2007
- Archive Date
- 12/18/2007
- Point of Contact
- Ivan V. Damaso, 917-790-8708
- Small Business Set-Aside
- N/A
- Description
- The purpose of this modification is to replace the old Section 1 (Contract Information), Section 2 (Project Information), and Section 3 (Selection Criteria) with the new Sections 1, 2, and 3 below. The response date for this particular announcement is extended to on or before 4:00 p.m., Friday, October 19, 2007. 1. CONTRACT INFORMATION: 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 negotiation based on demonstrated competence and qualifications for the required work. The purpose of this Indefinite Delivery Order Contract (IDC) is to secure various engineering and Shore Protection services in support of civil works activities both within and outside the New York District boundaries. This IDC is unrestricted and open to all A-E firms. One (1) A-E firm will be selected from this announcement. The number-one-ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The selected A-E firm will need to be familiar with the Archi tect-Engineer Contract Administration Support System (ACASS). The ACASS system is a web-based application that can be accessed via the internet website, http://cpars.navy.mil/. The length of the contract is a maximum of 60 months and does not include option periods. The total capacity of the contract is $5,000,000 (EFARS 36.601-3-90(b)). If this amount is reached prior to the conclusion of the contract period, the contract may be amended to increase the capacity to a total of up to but not more than $12,000,000. The decision to issue an amendment and the determination of the amount of the amendment will be at the sole discretion of the Government. Task Orders will be issued by negotiated firm-fixed-price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. The Government shall be under no obligation to issue any particular number or types of orders. In case no task orders are issued, the contractor is entitled to recover the amount it lost as a result of the breach, up to the minimum amounts. The contractor is only due any reasonable cost incurred for standing by and lost profits. Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th, and 5th calendar years of the contract. It is the intent of the New York District to not have a hollow contract. December 2007 is the approximate award date of the contract. The wages and benefits of service employees (See FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, a s determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.c cr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: This contract will provide architect and engineering services primarily for shoreline stabilization and erosion control efforts, and coastal processes. This work will be primarily within the New York District boundaries and other Corps of Engineers locati ons within the NAD/MSC boundaries. This contract will provide integrated architect and engineering services, including, but not limited to, the actual surveying and the interpretation and integration of typographic/bathymetric surveys, biological and cult ural resources surveys, GIS data, hydraulic/hydrologic engineering, hydrodynamic modeling, geotechnical engineering, cost estimating, and incremental cost analyses into feasibility reports and related National Environmental Policy Act (NEPA ) documents. Other tasks may include civil design/structural engineering (especially as related to design of habitat); geotechnical work; study of estuarine ecology; ecosystem restoration design; habitat evaluation; and environmental analysis and assessme nts as related and required for all phases of alternatives evaluation, project design and implementation, plan formulation, economic analyses, and report preparation. The contract will also provide for the preparation of a variety of reports and feasibili ty level NEPA documents, including either an Environmental Assessment or Environmental Impact Statement, that integrate HTRW assessments and both chemical and physical soil borings and sediment testing. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E, inclusive, are primary. Criteria F through H, inclusive, are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Primary Selection Criteria: A. Specialized Experience and Technical Competence -- (1) Demonstrated actual experience in: (a) littoral budget (b) beach, coastal, and coastal inlet structural design (c) non-structural alternative analysis and design, including buy outs (d) recreational analysis (e) storm damage and benefit analysis and coastal processes analysis, including hydrodynamic analysis of estuaries and interior systems (f) beach surveys (g) hydrographic surveys (h) mapping, including beach profiling and waterway cross-section (i) aerial photography (j) environmental assessments (k) cultural resources assessment (l) demonstrated ability to perform offshore subsurface exploration Special qualifications include, but are not limited to: capability and experience to use specialized computer programs such as MCACES and Arc View, water resources planning, formulation and evaluation, engineering investigations, environmen tal inventorying, design and monitoring of estuarine habitat, environmental testing and analysis, reproduction of studies and reports, and aerial photography. The contractor must be familiar with current U.S. Army Corps of Engineers regu lations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handle the large volume of work under strict deadlines. The contractor must demonstra te in the submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced. (2) Demonstrated ability to produce quality designs. Evaluation will be based on the firm's analysis and design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors, and qualit y control procedures. The basis for the evaluation will be the information in Section H of SF 330. The disciplines involved are listed in A(1) above. (3) Experience in watershed planning reflecting a systematic and comprehensive approach (incorporating multiple purposes and objectives, recognizing the dynamic nature of the economy and the environment and variability of other social effects over time) fo r the purpose of water resources problem solving and decision making. B. Professional Qualifications -- Consideration will only be given to firms that assemble a team of in-house and consultants with a professional staff consisting of the following: (1) Project Manager (resume required) (2) Structural Engineer (resume required) (3) Civil Engineer (resume required) (4) Mechanical Engineer (resume required) (5) Electrical Engineer (resume required) (6) Hydraulic/Hydrologic Engineer (resume required) (7) Coastal Engineer with exp erience in coastal processes analysis and coastal structures, such as, bulkheads, jetties, groins, and shore protection; and beach designs (resume required) (8) Marine Engineer (resume required) (9) Cost Engineer with ability to produce MCACES Gold cost estimates (resume required) (10) Geotechnical Engineer (resume required) (11) Land Surveyor (resume required) (12) Biologist (resume required) (13) Ecologist/Environmental Scientist (resume required) (14) Geologist/Hydrogeologist (resume required) (15) Environmental Engineer (16) Soil Scientist (17) GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (18) Bioengineer (19) Environmental Assessment Specialist (20) HTRW Assessment Specialist (21) Habitat Assessment Specialist (22) Real Estate Assessment Specialist (23) Technical Writer (24) Planner (25) Economist with experience in performing cost/benefit analysis on civil works projects, especially on shore protection projects The contractor should be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures, and with the general geographical area, especially with the boundaries of the New York District. Evaluation will consider ed ucation, registration, and training and overall and relevant experience using information from Section E of SF 330, which includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of SF 330. Supervisory and/or key personnel should have Professional Engineer (P.E.), Project Management Professional (P.M.P.), or Professional Land Surveyor (P.L.S.) certification. Projects designed under this contract may require designers to obta in security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. C. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. References and letters of recommendation from customers addressing your fi rms cost control, quality of work, and schedule compliance capabilities may be included in Section H of SF 330. The letters should be for projects of a similar nature and shall be no older than three (3) years to be considered. D. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: coastal engineering, civil engineering, economics, and quantity estimators. The evaluation will look at numbers listed in Part II of SF 330 to evaluate the overall capacity of the team. Include a Part II form of SF 330 for each firm and each office of each firm that is part of the proposed team. E. Knowledge of local conditions within New York and New Jersey, specifically regarding climatic conditions and cold weather design (key disciplines: coastal engineer, civil engineer); local construction methods (key disciplines: coastal engineer, civil engineer, economist); and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of SF 330. The more New Yo rk and New Jersey projects listed, the higher the rating. Secondary Selection Criteria: F. Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. G. Location of the firm in the general geographical area of New York District bounda ries. H. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses (SB) and service-disabled businesses (SDB).
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN01423122-W 20070929/070927225632 (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 |