Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 28, 2007 FBO #2223
SOURCES SOUGHT

C -- PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACTS FOR ENGINEERING SERVICES FOR THE VICKSBURG DISTRICT TO BE PERFORMED FOR ENGINEERING RESEARCH AND DEVELOPMENT CENTER (ERDC) AT VARIOUS WORLDWIDE LOCATIONS

Notice Date
12/26/2007
 
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-08-O-0002
 
Response Due
1/31/2008
 
Archive Date
3/31/2008
 
Point of Contact
Oliver Meeks, 601-631-5763
 
E-Mail Address
Email your questions to US Army Engineer District, Vicksburg
(oliver.c.meeks@mvk02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTACTS: Mrs. Sarah Palmer, (601) 631-5682. Mr. Jim Hines (601) 631-5476) 1. CONTRACT INFORMATION: Up to two contracts will be awarded as a result of this announcement. Work will be accomplished under Indefinite Delivery Contracts NTE $1.0 M each with a base period and four option periods. Task orders issued over the life of the contract shall not exceed $5.0 million. The contract base period will be 365 days from the date of contract award or exhaustion of the contract value of $5.0 million , whichever comes first. The period of any option will be 365 days from the date the Contracting Officer signs the exercise of the option or until exhaustion of the contract value of the option or until exhaustion of the contract value of $5.0 million, wh ichever comes first. Work will be issued by negotiated firm-fixed price task orders. Allocation of task orders will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience, availability of ap propriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution. This announcement is a SMALL BUSINESS SET-ASIDE. Effective 1 October 2007, the small business size stan dard for Engineering Services is 4.5 million dollars, NAICS code 541330. 2. PROJECT INFORMATION: The work to be performed under this contract consists primarily of hydrographic/ topographic surveying, construction of field demonstration sites for contam inant remediation, groundwater evaluation and environmental assessment, and other environmental and engineering related fieldwork and data collection. The location of the assignments may be within or outside the United States, including Hawaii, Alaska and other countries. 3. PRE-SELECTION CRITERIA will be based on the following considerations, which are of equal importance. The firm, either in-house or through association with any qualified consultant(s), must: A. Have one or more registered land surve yors. B. Have a minimum of 3 years of demonstrated experience in the following areas: GPS surveys, automated hydrographic surveys utilizing DGPS, gage and discharge surveys, automated topographic surveys utilizing total stations and data collectors, OTF or RTK surveys, multi-beam or fan-sweep hydrographic surveys, numerical modeling of surface and groundwater, and HTRW investigations. C. Have experience acquiring sediment, soil, surface water and groundwater data and performing analyses with such data using numerical models. D. Have the necessary equipment, boats and personnel with demonstrated experience in the performance of the above type of surveys and data collection. E. Have demonstrated experience in the use of CADD/GIS systems. 4. SELE CTION CRITERIA will be based on the following considerations and are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. A. Specialized experience in 1. Surveys, including GPS control surveys, automated hydrographic surveys in real time utilizing DGPS technology, gage and discharge surveys on large and small streams, topographic surveys utilizing total stations and data collectors formatted for entry into CADD/GIS computer systems, topographic surveys utilizing vehicle-mounted OTF or RTK Differential GPS systems, multi-beam or fan-sweep hydrog raphic surveys; 2. Numerical modeling, using GEISHA and GMS and other water and sediment models; 3. HTRW Investigations, including determination of extent and movement of contaminants, and remediation of contaminated sites. B. Capacity in terms of personn el, including management personnel, with demonstrated experience and qualifications in all areas required above, and necessary equipment to assure prompt respon se to and completion of assignments. (Short listed firms may be required to show model and serial numbers of all surveying and sampling equipment shown in the SF 330.) C. Professional qualifications of employees designated to work under this contract, inc luding professional recognition, professional registration, advanced degrees, and recognized designations of industry professional organizations. D. Knowledge of various work environments, including general terrain, estuary and riverine features, and mili tary installations, including live-firing ranges. E. Past performance - consideration will be given to ratings on previous A-E DoD contracts for engineering services. F. Extent of participation of SB, SDB, historically black colleges and universities (HB CU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. G. DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed. The c ontract(s) will be awarded on or about April 1, 2008. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 330 as well as part II of each consultants SF 330 to U.S. Army Engineer District, Vicksburg, ATTN: Technical Services Section(CEMVK -EC-TE) 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Include DUNS number on all submittals. Note the following restrictions on submittalResumes of key persons, specialists and individual consultants (Section E) anticipated for this contract will b e limited to a maximum of 20 pages. Additional information (Section H) will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluations. All telephone calls should be directed to Mrs. Sarah Palmer , (601) 631-5682. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. This is not a Request for Proposal. A fee proposal will be requested at a later date. ****NOTE: Contractors must be registered in the Central Contractor Registration ( CCR) database (see http://www.ccr.gov/ for information relative to CCR). LINK http://www.mvk.usace.army.mil/contract. EMAIL sarah.t.palmer@mvk02.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01476204-W 20071228/071226223433 (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.