SOLICITATION NOTICE
C -- Indefinite Delivery Contracts for Multi-Discipline AE Services in Support of the Baltimore District Corps of Engineers and can be used through out the North Atlantic Division
- Notice Date
- 10/17/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-09-R-0004
- Response Due
- 11/18/2008
- Archive Date
- 1/17/2009
- Point of Contact
- Scott, Kim Oanh, 410-962-3471<br />
- Small Business Set-Aside
- N/A
- Description
- VIEW PRE-SOLICITATION General Information Solicitation Number:W912DR-09-R-0004 Restrictions:Unrestricted Title:Indefinite Delivery Contracts for Multi-Discipline AE Services in Support of the Baltimore District Corps of Engineers and can be used through out the North Atlantic Division Location:USACE, Baltimore MD and can be used through out the North Atlantic Division Issue Date:On and about 17 October 2008 Closing Date:On and about November 18, 2008, 2:00 PM Local Time. Price Range: Unrestricted Contract Will Not Exceed $12,000,000.00. Time for Completion:Five (5) years. NAICS: 541330 FSC:C219 CBD:C Size Standard: $4.5 M Contracting POC:Kim Oanh Scott, 410-962-3557 Technical POC:Sean Dawson 410-962-6156, email: Sean.Dawson@usace.army.mil Synopsis: 1. The proposed procurement is Unrestricted. NAICS Code: 541330, Size Standard is $4.5 M. The type of contract is Firm Fixed Price. Total contract term is five (5) year period, and the total Contract value Will Not Exceed $12,000,000.00; The contract minimum guaranteed amount is the amount for the first task order. Indefinite Delivery Contracts will be awarded in support of the Baltimore District Corps of Engineers and can be used through the North Atlantic Division. 2. CONTRACT INFORMATION: The contract is being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. The contract will be negotiated and awarded for a five (5) years period, and total contract value not to exceed $12 M. Firm will be selected based on demonstrated competence and qualifications for the required work. Work will be issued by negotiated Firm-Fixed-Price task orders. The wages and benefits of service employees (see FAR 22.10) performing services under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The firm must be capable of responding to and working on multiple, large task orders concurrently. Task orders will be awarded based on the A-Es current workload and its ability to accomplish the order in the required time, geographic location, type of services required, previous installation experience, including customer satisfaction, and performance and quality of deliverables under current IDC. All work will be related to the USACE Baltimore District operations and facilities, and can be used through out the North Atlantic Division. 3. PROJECT INFORMATION: The work will consist of performing comprehensive Architectural and Engineer (AE), Survey, Design, Engineering, Investigative and Ecosystem Restoration services in support of the Civil Works Program. Architectural and Engineering services will include all disciplines but not be limited to Structural, Geotechnical, Mechanical, Electrical, Hydraulic, Hydrological, Environmental and Civil / Site Development) for levees, dams and other flood damage reduction, navigation, hurricane protection, shoreline protection and ecosystem restoration projects. These engineering services will include all aspects of design, analysis, research, preparation and finalization of engineering reports and designs, contract drawings and specifications, rehabilitation of infrastructure and include dam safety, levee safety and certification using the latest criteria from USACE, FEMA and other federal and state agencies as required. Services will include obtaining all local, state and federal permits and approvals for planning, construction or development, all site and environmental permits, and approvals from agencies such as the National Capital Planning Commission and the Commission of Fine Arts, etc... The range of Survey services may include topographic, hydrographic, aerial and remote sensing (including photographic and LIDAR), geodetic, and cadastral surveys, as well as the capture of both hypsographic and cultural features from enhanced and non-enhanced photography, satellite imagery, or other remotely sensed data, utility investigation, monumental, development of GIS data and data bases, preparation survey plats and legal descriptions including the associated research effort, preparation of drawings and computation of volume quantities for various project areas within the North Atlantic Division boundaries. Map products may include, but not be limited to tract, topographic, land use, and thematic maps. Investigative services may include initial, routine, and in-depth, damage and underwater inspection services related to bridges, dams, locks, levees and other infrastructure and large hydraulic assets. Ecosystems Restoration services may include design and modeling associated with stream, wetland and other ecosystem restoration projects, to include the ability to apply hydrology/hydraulics, and sediment transport with stream morphology knowledge, and the ability to apply knowledge of coastal and estuarine processes to the design of functional tidal wetland and other coastal/estuarine ecosystem projects. Services may also include Rosgen stream inventory and assessment methodology (Level 1-IV). Cost estimating services shall include the development of estimates which integrate cost, schedule, and resource allocations, from initial programming phases through actual construction phase, and address complex variables including local trades, local labor rates, productivity of local labor pool, access to construction sites, and local availability of manpower and materials and shall not rely solely on historical data or rules of thumb. All provided services will be in accordance with appropriate Army and Engineering regulations and guidance documents. 4. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-507, and PL 99-661. The Small Business subcontracting goal for this procurement is 70% of the total subcontracting dollar value. Of that 70%, 6.2% should be placed with Small Disadvantaged Businesses including 8(a) award, 7% with Women Owned Small Businesses included Historically Black Colleges and University or Minority Institution, 9.8% with HUB Zone Businesses, 0.09% with Service Disabled Veteran Owned Small businesses, 3% with Veteran Owned Small Business. All responsible sources may submit a proposal which shall be considered by the agency. The subcontracting plan is not required with this submittal. Upon receipt of your SF330 for this project, the prime or the joint venture will be reviewed by the Contracting Officer to determine if you have complied on past projects with the subcontracting requirements for that respective contract. Any prime or joint venture found to be officially notified of non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. Failure to adequately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. 5. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. A. The firm will demonstrate specialized experience and technical competence in:(a) The design of environmental and other civil projects to include, but not be limited to, earthen structures, combined storm and sanitary sewer systems, dry and wet weather flow analysis, coastal stabilization designs, tidal, non tidal ecosystem and stream restoration designs; AMD assessment and designs; (b) Topographic, hydrographic, and aerial surveying of floodplains, wetlands, streams, rivers, tidal estuaries, coastal bays and beaches; (c) Surveying and mapping to support flooding, shoreline and steam bank protection, as well as environmental restoration projects. (d) Specialized experience in inspections related to bridges, dams, locks, levees, infrastructure and large hydraulic assets. B. The selected firm shall have: (1) Professional qualifications and registrations necessary for satisfactory performance of required services listed in the project information section. These qualification and registrations include professional land surveyors with current registrations in MD, NY, PA, VA, and WVA, as well as a minimum of one Professional Geologist and one licensed Professional Engineer in the following disciplines: Civil Engineering, Structural Engineering, Sanitary/Environmental Engineering, Hydraulic Engineering, Hydrographic Engineering, Geotechnical Engineering, Landscape Architecture and Cost Engineering; Cost Engineer shall be a Certified Professional Estimator, Certified Cost Engineer, or be able to clearly demonstrate a minimum of five years experience as a cost estimator to include a minimum of 1 year experience at the current firm. Resumes for cost estimator should reflect experience in the use of MCACES and MII (M-CACES second generation), and clearly demonstrate the types of projects for which utilized. The selected firm shall also shall have key personnel fully trained in Rosgen stream inventory and assessment methodology (Level 1-IV), and have a minimum of one: Biologist, Ecologist, ACSM Certified Hydrographer, Remote Sensing/GIS Specialist, Database Specialist/Data Programmer and two licensed Land Surveyors. C. Capacity of the firm to accomplish multiple task orders within time and cost limitations; D. Past experience of firms staff with: (1) Relevant survey projects within the Chesapeake Bay region and the DELMARVA coast of the Atlantic Ocean; (2) Performance on Department of Defense Contracts. E. Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, professional registration, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. F. Secondary considerations: (1) Provided that a sufficient number of qualified firms respond to this announcement; (a) Geographic proximity to Baltimore, Maryland of the firm itself, its chief surveyor and chief CADD technician/processor. (b) Number of survey crews that operate within and report to an office within the Baltimore District Boundary 6. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each consultant to the address below, no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Kim Oanh Scott, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Sean Dawson at 410-962-6156 or Sean.Dawson@usace.army.mil. Contracting questions can be directed to Ms. Kim Oanh Scott at Kim.O.Scott@usace.army.mil. These forms shall be submitted to the above address not later than 2:00 P.M. on November 18, 2008. Four copies of the SF 330 submission are required. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 11 fonts. 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 for 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 and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. This is not a request for proposal.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4261a5f47445480093b8520468ad8236&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD<br />
- Zip Code: 21203<br />
- Zip Code: 21203<br />
- Record
- SN01693268-W 20081019/081017214654-4261a5f47445480093b8520468ad8236 (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 |