MODIFICATION
C -- INDEFINITE DELIVERY CONTRACT FOR ENGINEERING AND DESIGN SERVICES WITHIN THE CHICAGO DISTRICT AND LAKES AND RIVERS DIVISION - Amendment 1
- Notice Date
- 1/28/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606, United States
- ZIP Code
- 60606
- Solicitation Number
- W912P6-13-R-0003
- Point of Contact
- Elizabeth C. Newell, Phone: 312-846-5370, Anita R. Simpkins, Phone: 312-846-5372
- E-Mail Address
-
elizabeth.c.newell@usace.army.mil, anita.r.simpkins@usace.army.mil
(elizabeth.c.newell@usace.army.mil, anita.r.simpkins@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment #0001 INDEFINITE DELIVERY CONTRACT FOR ENGINEERING AND DESIGN SERVICES WITHIN THE CHICAGO DISTRICT AND LAKES AND RIVERS DIVISION General Information Document Type: Presolicitation Notice Solicitation Number: W912P6-12-R-0003 Posted Date: 26 December 2012 Original Response Date: 29 January 2013 Current Response Date: 29 January 2013 Classification Code: C - Architect and Engineering Services Contracting Office Address US Army Corps of Engineers, Chicago District, 111 North Canal Street, Suite 600, Chicago, IL 60606 Description 1. CONTRACT INFORMATION: By way of this announcement, the Chicago District Corps of Engineers announces its intention to procure Engineering Design Services under up to two Firm-Fixed-Price, Indefinite Delivery Contracts in accordance with the provisions set-forth by the Brooks A&E Act as implemented in the Federal Acquisition Regulation Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See Numbered Note 24 for general information on the A-E selection process. Projected awards are in Spring 2013. The services will primarily consist of engineering services for projects within the Chicago District's boundaries (Northeast Illinois and Northwest Indiana). Work may also be performed for other projects within the boundaries of the Great Lakes and Ohio River Division, which includes all or parts of the following 17 states: Minnesota, Wisconsin, Illinois, Indiana, Ohio, Kentucky, New York, Pennsylvania, West Virginia, Tennessee, Alabama, Mississippi, Georgia, Michigan, North Carolina, South Carolina, and Virginia. The government intends to award up to two Indefinite Delivery Contracts under this announcement. Each contract will consist of a base year and four option year periods. Each full contract amount will not exceed $5,000,000. Work will be issued by negotiated firm-fixed-price task orders. The government will satisfy minimum obligations for each year of the Contract, upon award of the Base year and the exercising of an Option period. Competition : The North American Industrial Classification System code is 541330, which has a size standard of $14,000,000 in average annual receipts. Competition for this acquisition is RESTRICTED TO 100% SMALL BUSINESS CONCERNS. Service Contract Act Wage Rates : The wages and benefits of service employees (see FAR Subpart 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). Central Contractor Registration : To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the SAM internet site at http://www.sam.gov. 2. PROJECT INFORMATION: Work under this contract will include but is not limited to: project planning, including economic analyses; preliminary investigations; site assessments; preparation of decision documents and records of decision; design analyses and reports; plans and specifications; construction cost estimates; flood risk management; risk and reliability analysis; value engineering; engineering services during construction; construction quality assurance and management; mathematical modeling for structural, electrical, hydraulic, environmental, and geotechnical applications; 3D computer modeling and visualization; data management; GIS support; database development and maintenance; and oversight of field operations. 3. SELECTION CRITERIA: Firms must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance (first by major criteria and then by each sub-criterion). Criteria "a" through "d" are primary factors. Criteria "e" through "f" are secondary factors and will only be used as tie-breakers among firms that are essentially technically equal. a. Specialized Experience and Technical Competence in planning, design, analysis, risk and reliability analysis, mathematical modeling, preparation of plans & specifications, cost engineering, value engineering, construction quality assurance of constructed projects, economic analyses, for: i. Flood Risk Management dams, levees, floodwalls, gatewells, pumps, closure structures and other appurtenant features. ii. Electrical design of complex systems including underwater applications, cathodic protection of pipelines, harmonics mitigation, power factor correction, power quality investigation, protective device coordination, arc flash studies, grounding and earthing, lightening protection, coordination with electrical utility companies, electrical safety, and inspection of electrical construction. iii. Ecosystem restoration planning and design including, ecosystem evaluation; environmental resource and soil inventories; natural resource and land use model development; agricultural drain tile survey and removal; environmental designs and studies; habitat enhancement; wetland construction and enhancement. iv. Navigational and civil works structures. v. Great Lakes shoreline structures, revetments, breakwaters, piers, jetties, bulkheads, etc. b. Professional Qualifications in the following key disciplines: hydraulic, environmental, civil, structural, geotechnical, geology, hydrogeology, mechanical, electrical, cost engineering, architecture, construction, and economist. The evaluation of the individuals proposed as members of the project team will consider experience relevant to the proposed work, education, training, and professional registration. c. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity to perform two concurrent $500,000 work orders within a 6 month period. The evaluation will consider the capability of the firm and sub-consultants in previous similarly sized projects, and the availability of an adequate number of personnel in key disciplines. e. Geographic location of the principal design office within the Chicago District boundaries. f. 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 SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit eleven (11) copies of SF 330 Part I, and eleven (11) copies of SF 330 Part II for the prime firm and all consultants, to Attention: Elizabeth Newell, US Army Corps of Engineers, Chicago District, 111 North Canal Street, Suite 600, Chicago, IL 60606 not later than 4:00 PM CDT on the response date indicated above. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firm's DUNS number in SF 330, Part I, Section H. In SF 330, Part I, Section H also indicate the estimated percentage involvement of each firm on the proposed team. In Section H, describe the firm's overall design quality management plan (DQMP), organization chart, and description of capabilities. A project-specific design quality control plan must be prepared and approved by the Government through task orders, but is not required with this submission. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Firms responding to this announcement before the closing date will be considered for selection. FAXIMILE OR EMAIL TRANSMISSIONS WILL NOT BE ACCEPTED. THIS IS NOT A REQUEST FOR PROPOSAL. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on demonstrated competence and qualifications necessary to satisfy the performance in accordance with the specific selection criteria listed in the announcement. Questions : Questions will not be answered over the phone. Please submit your questions to Elizabeth Newell at elizabeth.c.newell@usace.army.mil with copy furnished to Anita Simpkins at anita.r.simpkins@usace.army.mil - BE SURE TO INCLUDE THE SOLICITATION NUMBER W912P6-13-R-0003 AND PROJECT TITLE ON THE SUBJECT LINE OF YOUR EMAIL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-13-R-0003/listing.html)
- Place of Performance
- Address: Chicago, Illinois, 60606, United States
- Zip Code: 60606
- Zip Code: 60606
- Record
- SN02974031-W 20130130/130128234602-ed9e1d958566d4423337f81f456d8cd3 (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 |