|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311A-E NEGOTIATIONS SUPPORT UNIT -- ENGRG, USAED, SACRAMENTO (FI), 1325 J
STREET, SACRAMENTO CA 95814-2922 F -- IDIQ CONTRACT FOR SUPPORT OF CIVIL ENGINEERING AND DESIGN
ACTIVITIES FOR WATER RESOURCES AND ENVIRONMENTAL RESTORATION PROJECTS
SOL DACW05-99-R-0028 DUE 042699 POC Ken Parkinson (916)557-7470
Contracting Officer-Eiichi Takahashi (Site Code DACA05) WEB:
http://www.spk.usace.army.mil/cespk-ct,
http://www.spk.usace.army.mil/cespk-ct. E-MAIL:
gweber@spk.usace.army.mil, gweber@spk.usace.army.mil. CONTRACT
INFORMATION: This proposed contract is Unrestricted. The SIC code is
8711. Should there be sufficient 8(a) or Small Business responses, the
Corps reserves the right to split the requirement and conduct separate
restricted competitions for 8(a) and Small Business. All interested
firms should apply. A-E services are required to encompass all aspects
of civil engineering and design associated with: studies, analyses,
designs, surveying, photogrammetric data collection, and GIS services,
for water resources public works projects and environmental
restoration projects within the Sacramento District's Civil Works area
of responsibility, (CA, NV, UT, CO, Wy and parts of OR and ID) (SPD),
or any other area Sacramento District is called upon to provide
service. The projects may be in the preauthorization phase or
authorized by Congress to proceed to construction. A specific scope of
work and services required will be issued with each task order. The
end result of these studies/projects will be engineering studies,
analyses, computations, reports, design memoranda, cost estimates or
plans and specifications. All Civil Engineering work to be provided
under this contract shall be supplied in Bentley Systems, Inc.,
three-dimensional, MicroStation 95 or SE, native format (i.e.,.dgn
using no conversions from other software). The target platform is an
IBM compatible, Microsoft NT version 4.0 operating system. The
contractor shall ensure that all digital files and data (e.g., base
files, reference files, cell libraries) are compatible with the
Government's target CADD system (i.e., basic and advanced CADD
software, platform, database software), and adhere to the standards and
requirements specified herein. The term "compatible" means that data
can be accessed directly by the target CADD system without translation,
preprocessing or postprocessing of the electronic digital data files.
Drawings produced by scanning drawings of record or containing
photographic images shall be delivered in the native Intergraph digital
format which is fully compatible with Intergraph Corporation's I/RASB
version 5.1, and I/RASC version 6.1 software, (.cit or .cot format). In
addition to data provided in .dgn format, digital terrain models (DTM)
models shall be delivered in IG InRoads version 7.0 or higher (.dtm
version 5). Data shall also be provided describing detailed methods
used to create each DTM. All files used to manipulate the .dtm such as
template (.tml) libraries and roadway (.rwl) libraries must be
provided in IG InRoads format version 7.0 or higher. If alignment data
is created, this information must be provided in IG InRoads version
7.0 or higher (.alg) file format. All reports pertaining to volume
calculations, alignments, dtn's etc. shall be provided using InRoads
report templates. The contractor shall also provide preference files
(.ini or .prf). Electronic specification files shall be provided in
both word processing (SPECSINTACT. sec) and Adobe format (.ps or .pdf).
More information regarding Bulletin Board Web Site
http://www.cbbs.spk.usace.army.mil under AEGUIDE. The contractor shall
be required to provide professional services specific to graphical and
nongraphical database generation. Graphical work shall include, but not
be limited to vector generation from resulting GIS queries, land and
bathymetric survey applications, existing maps in raster file formats;
raster file generation of color and black and white aerial imagery and
other large format information. Nongraphical database work shall
include designing, developing, and populating database with text-
related information in strict adherence to the Tri-Service Spatial Data
Standards. All delivered digital GIS data shall also be submitted in
strict compliance with the Tri-Service Spatial Data Standards for the
target system, Intergraph Modular GIS Environment (MGE). Target
database shall be Oracle, or Access or other applicable database. "Year
2000 Compliance: the Architect-Engineer (A-E) shall insure that the
hardware, firmware, software, and information technologysystems
separately or in combination with each other or other elements
specified in the documents developed under this contract shall be year
2000 compliant in accordance with FAR 39.106." More than one firm may
be selected, and if more than one firm is awarded a contract, the
award must take place within one year of the approved selection date.
If more than one contract is awarded as a result of this announcement
for the same or similar work, selection for task order awards will be
made as follows:(1) All awardees will be given a fair opportunity to be
considered for each task order award in excess of $2,500. (2) In making
selection of the awardee to receive a specific task order, the
Contracting Officer will consider past performance, quality and
timeliness of previous task orders, cost control, the firm's strengths
and previous experience in relation to the work requirements and
geographic location described in the scope of work for each task order.
Details of the selection process will be included in theresultant
contracts, Section 00800, SAACONS 62.0216-4821, Task Order Selection
Criteria and Procedures (Oct 1995). Firm fixed price indefinite
delivery, indefinite quantity contracts will be negotiated and the
first is anticipated to be awarded in August 1999. Each contract will
be for a one year period not to exceed $1,000,000 for the basic year
and two one year options not to exceed $1,000,000 each. The options may
be exercised at the discretion of the Government. At the discretion of
the Government, the option years may be exercised early if the Total
Estimated Price is exhausted or nearly exhausted; any alteration in
rate changes from one year to the next as negotiated into the contract
will be negotiated as needed between the Government and the A-E. Task
orders shall not exceed the annual contract amount. All interested
Architect-Engineers are reminded that in accordance with the provisions
of PL 95-507, they will be expected to place subcontracts to the
maximum practicable extent consistent with the efficient performance of
the contract with small and small disadvantaged businesses. If a large
business is selected, it must comply with FAR 52-219.9 regarding the
requirement for a subcontracting plan on that part of the work it plans
to subcontract. The recommended goal for the work intended to be
subcontracted is 62% for small business. If further states that out of
that 62% to small business, 10% is for small disadvantaged business
(subset to small business) and 5% is for small business/woman owned
(subset to small business). The firms selected for these contracts will
be required to submit a detailed subcontracting plan at a later date.
If the selected firms submit a plan with lesser goals, they must submit
written rationale of why the above goals were not met. 2. PROJECT
INFORMATION: Task orders to be issued under these contracts may include
preparation of preliminary or final engineering studies, analyses,
design reports, cost estimates and plans and specifications for erosion
control measures on large or small rivers located in major or minor
drainage basins; environmental restoration projects which may include
wetlands development; and a wide variety of flood control facilities
such as levees, flood walls, channels, detention basins and dams. Task
orders may also be issued for support to the Corps of Engineers during
flood emergencies to evaluate flood damage and restoration measures.
Firms desiring consideration will be expected to be accomplished in
civil engineering and planning and have a sound knowledge of Corps of
Engineers and civilian engineering and design principles and procedures
for flood control and environmental restoration projects. Task orders
may also include topographic surveys, photogrammetric mapping, related
aerial photography and lab work, digitized mapping, and digital
terrain mapping. 3.SELECTION CRITERIA:See Note 24 for general selection
process. The selection criteria are listed below in descending order of
importance. Criteria "a" through "d" are primary. Criteria "e" through
"g" are secondary and will only be used as "tie-breakers" among
technically equal firms. a. Specialized experience and technical
competence in the preparation of civil engineering studies, analyses,
reports, designs, cost estimates, and plans and specifications with (1)
Ability to provide digital design data in specified formats without
translation (.dgn,.cit,.cot,.dtm,.tml,.alg,.rwl.prf,.ini); (2) Ability
to provide complicated designs by employing use of InRoads templates,
decision tables, transition control, cogo, component design and other
InRoads design features and demonstrate specialized experience in; (3)
A wide variety of flood control facilities including ancillary
infrastructure and utility systems; (4) Erosion control measures on
large rivers; (5) Environmental restoration measures which mitigate the
adverse impacts of flood control or public works projects and (6)
Wetlands development. b. Past performance on Corps of Engineers and
other contracts with respect to cost control, quality of work and
compliance with performance schedules. c. Qualified professional
personnel in the following key disciplines: project manager, project
engineer, civil engineer, cost estimator, CADD operator, topographic
survey, wetlands or environmental specialist/designer, GIS specialist.
The evaluation will consider education, training, registration,
overall relevant experience and longevity with the firm. d. Capacity to
accomplish multiple simultaneous task orders at different locations. e.
Volume of DoD contract awards in the last 12 months as described below.
f. Location of the firm in the general geographical area of the
Sacramento District Office. g. Extent of participation of small
business, small disadvantaged business, woman owned small business,
historically black colleges and universities or minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general
submission requirements. Interested Architect-Engineer firms havingthe
capabilities to perform this work are invited to submit ONE (1)
completed SF 255 (11/92 edition) US Government Architect-Engineer and
Related Services questionnaire for Specific Project for themselves and
ONE (1) completed SF 254 (11/92 edition) for themselves and one for
each of their subcontractors to the office shown above, ATTN:A-E
Negotiations Unit. In block 7 of the SF 255 provide resumes for all key
team members, whether with the prime firm or a subcontractor; list
specific project experience for key team members; and indicate the team
members role on each listed project (i.e., project manager, design
engineer, etc). In block 9 of the SF 255, responding firms must
indicate the number and amount of fees awarded on DoD (Army, Navy and
Air Force) contracts during the 12 months prior to this notice,
including change orders and supplemental agreements for the submitting
office only. In block 10 of the SF 255, provide the quality management
plan and organization chart for the proposed team. A task specific
quality control plan must be prepared and approved by the Government as
a condition of contract award, but is not required with this
submission. Responses received by the close of business (4:30pm) on the
closing date will be considered for selection. If the closing date is
a Saturday, Sunday or Federal holiday, the deadline is the close of
business on the next business day. No other notification will be made
and no further action is required. Solicitation packages are not
provided for AE contracts. This is not a request for proposals. All
responsible sources may submit the required SF 255 and SF 254 which
shall be considered by the agency. See numbered Notes 24 and 26. Posted
03/24/99 (A-SN312222). (0083) Loren Data Corp. http://www.ld.com (SYN# 0040 19990326\F-0006.SOL)
F - Natural Resources and Conservation Services Index Page
|
|