Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

C -- IDC FOR A/E SERVICES TO SUPPORT CIVIL WORKS

Notice Date
7/20/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-R-0044
 
Archive Date
9/5/2017
 
Point of Contact
Jamaal A. Edwards, Phone: 2156563241, Michelle J Bertoline,
 
E-Mail Address
JAMAAL.A.EDWARDS@USACE.ARMY.MIL, michelle.j.bertoline@usace.army.mil
(JAMAAL.A.EDWARDS@USACE.ARMY.MIL, michelle.j.bertoline@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: INTERESTED PARTIES PLEASE SEE PARAGRAPH 4. "SUBMISSION REQUIREMENTS" BELOW. The Philadelphia District, U.S. Army Corps of Engineers intends to award a five (5) year Indefinite Delivery Contract to support civil works missions, Military missions, and International and Interagency Services missions assigned to the District. The maximum task order limit is $700,000. The cumulative amount of all task orders shall not exceed $5,000,000. 2. PROJECT INFORMATION: The selected firm will be used primarily, but not exclusively, to provide assistance to Engineering and Construction Division within the District. Work under this contract will primarily be related to long and short span bridges of all materials and types, cable stayed bridges, culverts, and hydraulic steel structures (HSS) including but not limited to: inspection and evaluation; report preparation; structural monitoring; structural analysis; fatigue analysis; material testing; non-destructive testing of structures by ultrasonic (UT), phased array (PAUT), time of flight diffraction (TOFD), magnetic particle (MT), radiographic (RT), magnetic flux leakage (MFL), Eddy Current (ET), Electromagnetic Acoustic Transducer (EMAT), ground penetrating radar (GPR) techniques, nonlinear acoustic methods, other energy wave based detection methods, and strain and deflection measurements; land and hydrographic surveying; Unmanned Aerial System (UAS) inspections; underwater inspection; training and teaching of engineering topics; concept and detailed design including preparation of plans, specifications, and cost estimates for evaluation, repair, rehabilitation, and new construction of bridge structures and related appurtenances. Secondary work under this contract will involve but not be limited to, the design for construction, renovation and/or alteration to institutional, industrial, commercial, residential, and recreational building type facilities. Secondary work will include preparation of plans and specifications and associated cost estimates. Secondary work shall include: architectural, civil, structural, mechanical, sanitary, geotechnical, interior design, storm water management, security, landscape design, LEED, and support during construction. Primary disciplines required include: structural engineers, highway engineers, civil engineers, geotechnical engineers, surveyors, specification writers, cost engineers, draftsman/CADD operators, bridge inspection personnel, and technicians proficient in the operation and interpretation of the testing and inspection technologies listed above. Work may be required by others and work will involve locations throughout the U.S. outside of the District's boundaries. Engineering work performed under this contract shall be reviewed and approved by Registered Professional Engineers in that particular field. Firms that plan on using subcontractors shall provide a list of subcontractors that are to be used and the work they will perform. Technical support, including drawing production, graphics, and other related efforts shall be required. Firms shall have experience and indicate their qualification with the following: the automated Document Review and Checking System (Dr. Checks); the Corps of Engineers M-CACES 2nd Generation (MII) cost estimating system; the U. S. Army Corps of Engineers Computerized Specifications (SPECSINTACT); the production of drawings and graphic data in AutoCAD and Micro Station systems of computer aided drafting and design system (CADD); and the development and use of Building Information Models (BIM). The Contractor shall adhere to the Tri-Service Spatial Data Standards. The firms must be qualified in the work areas described and be familiar with the requirements and regulations of the U.S. Army Corps of Engineers, Air Force, Army, Building Codes (IBC, State, and Local), EPA, Federal Highway Administration, AASHTO, and other agencies which have jurisdiction. The selected firm will have primary services capability in-house. 3. SELECTION CRITERIA: Significant selection evaluation criteria in relative descending order of importance will include: (1) Specialized experience of the firm in the primary areas of work, including having demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in design where appropriate; (2) Professional experience of the proposed staff; (3) General experience in the secondary work; (4) Capacity of the firm to accomplish multiple projects simultaneously within the required time and within construction costs limitations; (5) Past performance, if any, with respect to the firm's performance on Department of Defense contracts; (6) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (7) Location of the firm with respect to the District boundaries will be a secondary consideration provided that a sufficient number of qualified A/E firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: Firms that desire consideration and meet the requirements described in the announcement are required to submit a completed SF 330 Parts I and Part II (revised 8/16) for the prime firm and a completed SF330 Part II for each subcontractor. Only 1 hardcopy of each is required. Also it is requested that the SF330's be provided on a CD-ROM. Please submit this information to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, ATTN: Megan Coll, Philadelphia, PA 19107-3390. Also, all contractors are advised that registration in the System Award Management System (SAM) is required prior to the award of a contract. Failure to be registered in SAM may render your firm ineligible for award. All firms are must register as soon as possible. Information regarding this registration may be obtained by accessing Web Site https://www.sam.gov. As a requirement for negotiations, the selected contractor(s) will submit for government approval, a quality control plan that will be enforced through the life of the contracts. The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to Government requests for proposal, information, documentation, etc. in accordance with established schedules. The NAICS Code is 541330 with a size standard of $15,000,000.00. This is not a request for cost proposals. No other notification to firms for this project will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-R-0044/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN04587752-W 20170722/170720234717-ed070f4fa392c672f97af7a59680a74f (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  © 1994-2020, Loren Data Corp.