SOLICITATION NOTICE
C -- lndefinite Delivery/Indefinite Quantity Contracts for Architect-Engineering Services within Various Locations in the Corps' North Atlantic Division
- Notice Date
- 12/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-08-R-0008
- Response Due
- 1/25/2008
- Archive Date
- 3/25/2008
- Point of Contact
- David Dilks, 978-318-8869
- E-Mail Address
-
Email your questions to US Army Engineer District, New England
(David.M.Dilks@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: NAE plans to award two Indefinite Delivery/Indefinite Quantity Contract (IDIQ) contracts that will (each) provide for the capability to issue a series of task orders with the total contract not to exceed $2,500,000 over five years. Each contract will be for a base period of one year and, at the option of the Government, may be extended for four additional one-year periods. Work will primarily be performed within the boundaries of the New England District (ME, MA, CT, RI, NH, and VT), but work may also be required at other locations within the boundaries of the North Atlantic Division (ME, NH, VT, MA, CT, RI, NY, PA, NJ, DE, MD, VA, WV, and the District of Columbia). This announcement is restricted to small businesses. The applicable North American Industry Classification Code (NAICS) is 541330, which has a size standard of $4,500,000 in average annual receipts. Award of these contracts to the subsequently selected firms is anticipated in April, 2008. These contracts are bei ng 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. Since this procurement will result in the overlapping of two similarly scoped Indefinite Delivery/Indefinite Quantity Type contracts, task orders will be assigned by the New England District as equitably as possible based on the decision of the Contracting Officer regarding the experience of the contractor wi th the specific requirements of the work to be performed, previous performance of the contractor, contract usage/capacity, and the capacity of the contractor to perform the work. Each contract's minimum guarantee amount is $20,000 over the life of the con tract. 2. PROJECT INFORMATION: Different engineering and surveying assignments at various locations in the Corps' New England District, which could include various design and/or construction services requiring registered professional civil, mechanical, el ectrical, environmental, & structural engineers; licensed land surveyors; and/or registered professional architects. Expertise in hydrology, hydraulics (with knowledge and experience with applicable computer programs such as HEC RAS, HEC HMS, Dambreak, etc), and environmental engineering is also desirable. ???? Work may involve any of the above-stated disciplines and others as specifically required by the project's Statement of Work (particularly Landscape Architecture, Cost Engineering, and Specificati on Writing). Any other disciplines required will be handled on a project-by-project basis, perhaps as a consultant. 3.??SELECTION CRITERIA: The selection criteria are listed below.???? Factors are listed in descending order of importance, while subfactors are of equal importance.???? Criteria a)-g) are primary factors.???? Criteria h)&i) are secondary factors and will only be used as 'tie-breakers' among firms that are essentially technically equal.???? (a) Firms must demonstrate Specialized Experience and Technical Competence in the following fields (FAR 36.602-1(a)(2)): 1.General studies/designs/construction services experience. 2 . Study/design experience utilizing Architecture 3. Study/design experience utilizing Structural Engineering 4.Study/design exp erience utilizing Civil Engineering 5. Study/design experience utilizing Electrical Engineering 6. Study/design experience utilizing Mechanical Engineering 7. Experience in providing Surveying & Mapping services. This subfactor will be evaluated based upo n fulfillment of the following, equally weighted, further subcriteria: i) Firms must demonstrate specialized experience and technical competence in: (1) topographic surveying for construction reference planes using Differential Global Positioning System s (DGPS) and conventional survey techniques (2) Static/kinematic DGPS equipment capable of subcentimeter measurement accuracy, electronic total station with d ata collector (firms must own or lease this equipment). ii) Firms must possess a working knowledge of USGS and state plane coordinate systems in all six New England states. iii) Firm must be Hazardous, Toxic, and Radiological Waste (HTRW) qualified for le vel C sites. Qualifications of personnel, including current training certification, medical surveillance forms, etc., must be included. iv) Firm must be of sufficient size to field two survey parties, if needed, simultaneously for work under this contract. One should be a 6-man HTRW crew along with a second 3-man topographic crew. v) Firm must demonstrate knowledge of federal and state survey laws and requirements for the entire NAE area. vi) Firm must demonstrate (either itself or by subcontract) the abil ity to provide aerial photography and photogrammetric survey services. 8. Experience with Cost Engineering.?9. Experience in Hydraulics & Hydrology 10.Experience in Environmental Engineering 11.Experience with Landscape Architecture??? (b) Professional Qua lifications (FAR 36.602-1(a)(l)). The firm must have on its staff (or provide through a consultant[s]) registered professional engineers with demonstrated expertise in all those disciplines listed above. The firm must also have on staff (or provide through a consultant[s]) personnel with professional engineering registration and licensed land surveyors in all six New England District states (ME, NH, VT, MA, CT, and RI). The firm must also include a statement that they have the ability to obtain Professional Engineer registration and/or Land Surveyor licensure in all other NAD mission areas (NY, PA, NJ, DE, MD, VA, WV, and the District of Columbia) in a timely manner if required. Firms not demonstrating these requirements will be considered unqualified.???? ( c) Past Performance (FAR 36.602-1(a)(4)). The firm must possess a good record of past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules.???? (d) Capacity (FAR 36.602-1(a)(3)). The firm must ha ve the capacity to accomplish the work in the required time.???? (e) Firms must demonstrate previous experience in preparing construction cost estimates with the Micro Computer Aided Cost Estimating System (MCACES) and Life Cycle Cost Analysis methodology. The firm shall also demonstrate experience in the development of construction contingencies based upon the knowledge of Risk Analysis and level of design detail.???? (f) Firms should have capability to provide all deliverables in Microstation version 7 fo rmat or later. The Government will only accept this format; the Government will not convert or reformat submissions themselves. Advanced software application files used for civil design and drawings shall be delivered in formats compatible with INROADS (Be ntley Civil Engineering). All?delivered CADD files shall be in compliance with A/E/C CADD Standard Release 3.0.??(g) Firms must demonstrate knowledge of preparing specifications for construction contracts using a personal computer based software package. A ll specifications for Corps of Engineer (COE) contracts will be prepared using Unified Federal Guide Specifications and SPECSINTACT.????(h) Geographic Proximity (FAR 36.602-1(a)(5)). Location of the firm in the general geographical area of the six New Eng land states. (i) Volume of DoD Contract Awards (DFARS 236.602-1 (a)( 6)(A)).???? DoD A-E contract awards can be obtained from the Architect-Engineer Contract Administration Support System (ACASS), and verified and updated during the interviews with the mo st highly qualified firms. 4.???? SUBMISSION REQUIREMENTS:???? Interested firms being able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consult ant. Please note that a separate Par t II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751,???? ATTN: David Dilks, not later than the close of business on January 25, 2008. Facsimile transmissions will not be acce pted. Include the firm's DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the DUNS number for each consultant. Please submit three copies of all submissions. The SF 330, Part I, shall have a page limit of 50 pages. A pag e is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch (for any additional pages). The New England District does not retain SF 330 Part lls on file. In order to comply with the Debt Collection Improve ment Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (C CRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records fo r themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries or other entities, visit http://fedgov.dnb.com/webform/ or call Dunn and Bradstreet at 1-866-705-5711.???? Solicitation packages are not provided. This is not a request for proposal.???? Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, questions may be directed to the point of contact for this announcement.
- Web Link
-
US Army Corps of Engineers, New England District
(http://www.nae.usace.army.mil)
- Place of Performance
- Address: US Army Engineer District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Country: US
- Zip Code: 01742-2751
- Record
- SN01468678-W 20071214/071212224725 (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 |