SOLICITATION NOTICE
C -- Total small business set aside for engineering services covering the full range of hydraulic and hydrologic activities associated with the planning, design and construction of water management structures.
- Notice Date
- 11/7/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Engineer District, St. Paul - Civil Works, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- DACW37-03-R-0003
- Archive Date
- 2/5/2003
- Point of Contact
- Laird Draves, 651-290-5421
- E-Mail Address
-
Email your questions to US Engineer District, St. Paul - Civil Works
(laird.c.draves@mvp02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This acquisition is a total small business set-aside. Numbered note No. 1 applies to this announcement. The North Americ an Industrial Classification System Code is 541330. The small business size standard under this code is $4,000,000 in average annual receipts. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required wor k. The services will consist of a full range of hydraulic and hydrologic activities associated with the planning, design and construction of water management structures. The products will include reports containing engineering and scientific studies, eva luation and conclusions supported by detailed engineering analyses and computations along with preparation of report plates and drawings. The services are primarily within the St. Paul District boundaries (all or portions of MN, ND, SD, WI, and IA). Ho wever, individual task orders may be for work within the Mississippi Valley Division or neighboring mid-western states. The contract will have a base period not to exceed one year and four option periods not to exceed one year each. The amount of work in each contract period and on individual task orders will not exceed $500,000. An option period may be exercised at any time prior to the expiration of the preceding period of performance or when the contract amounts for the preceding period of performa nce have been exhausted. An indefinite delivery indefinite quantity type contract will be awarded as a result of this announcement. Specific work will be issued by negotiated firm-fixed-price task orders. The general scope of work of this contract may o verlap with the general scopes of work of other indefinite delivery, indefinite quantity contracts awarded by the St. Paul District. In the event of overlapping contracts, the Contracting Officer will consider the following factors in determining which co ntractor will be selected to negotiate an order: Past Performance, capacity to accomplish the work in the required time, specialized experience, and the equitable distribution of work among the contractors. The anticipated award date for this indefinite delivery contract is February 2003. 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 Info rmation Center at 1-800-334-3414. 2. PROJECT INFORMATION: The scope of work for the proposed contract covers the full range of hydraulic and hydrologic engineering activities associated with the planning, design and construction of water management stru ctures. The products will include reports containing engineering and scientific studies, evaluation and conclusions supported by detailed engineering analyses and computations along with preparation of report plates and drawings. Use of the metric system of measurement may be required for some deliverables under the proposed contract. However, metric system experience is not a selection criterion. Work may be performed to support other Federal agencies. 3. SELECTION CRITERIA: The selection criteria fo r this particular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f -g are secondary and will only be used as ?tie-breakers? among firms that are es sentially technically equal. a. Specialized experience and technical competence in the full range of hydraulic and hydrologic engineering services which may include but are not limited to: (1) rainfall-runoff relationships (emphasizing HEC-1 and HEC-HMS computer model), determination of water surface profiles (emphasizing HEC-2, HEC-RAS and multi-dimensional computer models), and hydraulic design of channels a nd other water management structures; (2) real-time hydrologic modeling using computer programs such as WMS, HEC-ResSim, HEC-5, and UNET; (3) environmental restoration of rivers, lakes and wetlands, fluvial geomorphology experience with regulated rivers; and (4) quality management. The evaluation will consider the management structure; coordination of disciplines, offices and subcontractors; and quality control plans. b. Professional capabilities including qualified registered professional personnel in h ydraulic and hydrologic engineering. Evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. c. Past performance on DoD and other contracts with respect to cost control, quality of work, a nd compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to perform approximately $500,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. e. Knowledge of locality including cold climate engineering and design. f. Location of the firm in the general geographical area of the St. Paul District, including the office location of each p erson named to work on this contract. g. Volume of DoD contract awards in the last 12 months. Volume of work for the St. Paul District will also be considered under this factor. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three copies of SF 255 (11/92 edition), and three copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announ cement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm?s ACASS number and business size in SF 255, Block 3b. For ACASS information call 503-808-4612. In SF 255 , Block 10 include: 1) The total dollar amount of the Department of Defense contracts and total dollar amount of the contracting awarded the firm in the 12 months prior to this notice. 2) A description of the firms overall design quality management plan , including management approach, coordination of disciplines and subcontractors, and quality control procedures; and 3) An organization chart showing all named team m embers and their responsibilities for this contract. The Standard Form 255 will clearly denote the office location for each person identified in Section 7 of the Form. Numbered note No. 24 applies to this announcement. Solicitation packages are not provided for A-E contracts. This is not a request for proposal (RFP).
- Place of Performance
- Address: US Engineer District, St. Paul - Civil Works Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
- Zip Code: 55101-1638
- Country: US
- Zip Code: 55101-1638
- Record
- SN00201817-W 20021109/021107213714 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |