SOLICITATION NOTICE
99 -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURE, ENGINEERING, AND PLANNING SERVICES, FOR THE OKLAHOMA COMPREHENSIVE WATER PLAN
- Notice Date
- 7/30/2008
- Notice Type
- Presolicitation
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Tulsa, US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-08-R-1018
- Response Due
- 8/28/2008
- Archive Date
- 10/27/2008
- Point of Contact
- Robert Y. Tipton, 918-669-7272
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: The Tulsa District plans to procure an indefinite delivery indefinite quantity (IDIQ) contract for Architect-Engineer (A-E) planning, and environmental services for technical and engineering assessments required for the development of the Oklahoma Comprehensive Water Plan (OCWP). Services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are primarily required for development of the OCWP; however, services could also be required in support of various civil works and military projects that are generally within, but not limited to, Southwestern Division boundaries or as assigned. The proposed services will be obtained by a negotiated firm fixed-price contract. The maximum contract value is not to exceed $12,000,000. The contract period is not to exceed 5 years. This is not a request for proposal and there is no bid package. This procurement is unrestricted. It is anticipated the contract will be awarded by October 2008. The contract will consist of one (1) base year and four (4) option periods for a possible total of a five (5) year IDIQ contract, if the Contracting Officer chooses to exercise the option periods. The estimated value of for the contract inclusive of all options shall not exceed $12,000,000. The total cumulative amount for this indefinite delivery contract will not exceed $2,400,000 for the first year period, in which case the Contracting Officer may exercise an option to extend the contract for a second, third, fourth, and fifth one (1) year period with an additional cumulative amount not to exceed $2,400,000 each year. Should the cumulative contract amount reach $2,400,000 prior to passage of 365 days within the base or any option year an additional $2,400,000 of work and services may be exercised. The minimum award under this contract is $52,000 for the base year and $2,500 for each option year. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement to subcontract. The plan is not required with the submittal. For your information, the subcontracting goals for Tulsa District are 70.7% for small business (SB), 06.5% for small disadvantaged business (SDB), 8.0% for woman-owned small business (WOSB), 1.0% service-disabled veteran-owned small business (SDVOSB), 10.0% for historically underutilized business zone small business (HUBZone), 3.0% veteran owned small business (HVOSB). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov/ or by contacting the DOD Electronic Commerce Information Center at 800/334-3414. 2. PROJECT INFORMATION: Services will primarily consist of technical and engineering assessments required for development of the OCWP; however, other services associated with environmental planning and engineering, planning assistance to states, and support for civil construction projects may also be required. Technical documentation will be required for various sections of the OCWP and for summary reports as required by the Tulsa District. Responding Firms should have significant state water planning experience. Personnel will be required to accomplish the following technical approach: 1) Project future water needs by county and type of water use; 2) Assess water supply availability during both droughts and wet periods; 3) Identify areas where attention and resources are needed to address current and future shortages ; 4) Identify alternative measures to meet future water needs through balanced water supply management; 5) Analyze and prioritize infrastructure needs and solutions and; 6) implement water management strategies as required. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below and are grouped according to priority. Criteria A. through H are priority 1, I-O priority 2 and P-Q priority 3. Criteria R and S are secondary and will only be used as tie-breakers among technically equal Firms. A. The Firms reputation for quality products in a timely manner and that there are no conflict of interest with other states projects. B. Experience with various statewide and other comprehensive water planning efforts. C. Project Delivery Team collective experience and familiarity with state-of-the art technical tools and forecasting methodologies. D. Experience with 50-year planning horizons (water demands, water availability and infrastructure) required for the development of state water plans. E. Experience in public water supply demand/system infrastructure. F. Experience in analyzing non-consumptive use of water. G. Experience in communicating with a broad array of stakeholders. H. The Firms project approach and ability to creatively formulate new ideas. I. Local presence, convenience and committed staff. J. Experience in interactive modeling or regional multi-purpose water resources demands. K. Experience in agricultural water demand projections. L. Experience in dealing with competing water uses and optimizing systems for the most equitable and efficient use of water. M. Understanding of specific reservoir operations and implications of operational changes. N. Experience in working with federal agencies and federal processes. O. Ability to write technical documents in a clear, concise, and effective manner. P. Experience/awareness of drought management, climatic changes and other uncertainties. Q. Experience with Quality Assurance and Quality Control. The following secondary criteria shall be used as tiebreakers. R. Volume of DOD contract awards in the past 12 months. S. SB and SDB participation. The extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) 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. 4. SUBMISSION REQUIREMENTS: Interested Firms having the capabilities and qualifications to perform this work must submit one copy of the Standard Form (SF) 330 Part I and II for the prime firm and all consultants to Melinda Fair, U.S. Army Corps of Engineers, Tulsa District, Contracting Division, 1645 South 101st East Avenue, Tulsa, OK 74128 no later than 11:00 a.m. on August 28, 2008. Regulation requires that the selection board not consider any submittals received after this time and date. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. The Firm shall present a proposed organization chart and a narrative describing how the organization will function. Those functions to be subcontracted and to which location shall be clearly identified and at what office (specify the address of the office and key person that is assigned). Include in your submittal the firms ACASS number in SF 330, Section C, and Block 12. For ACASS information, call 503/808-4590. Address all Selection Criteria in the order and as defined in Section 3 of this announcement, in SF 330, Section H. In SF 330, Block 10, indicate the estimated percentage involvement of each firm on the proposed team. This is not a request for proposal. Solicitation/bid packages are not provided. Cover letter and extraneous materials are not desired and will not be considered. Personal visits to discuss this contract will not be scheduled. As required by acquisition regulations, interviews for the purpose of discussing prospective Firms qualifications for the contract will be conducted only after the submittal review by the selection board. Interviews will be conducted by telephone. Questions should be addressed to: Ms. Melinda Fair at 918/669-7135, U.S. Army Engineer District, Tulsa, 1645 S. 101st East Avenue, Tulsa, Oklahoma 74128-4609.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=39beaf8e684e2fcfdebe937b926346fe&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Zip Code: 74128-4609
- Record
- SN01626706-W 20080801/080730221622-39beaf8e684e2fcfdebe937b926346fe (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 |