Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2003 FBO #0483
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR MISCELLANEOUS ENGINEERING AND ARCHITECTURAL DESIGN AND RELATED WORK FOR AREAS SELECTED BY THE ST. LOUIS DISTRICT, U.S. ARMY COPRS OF ENGINEERS - SBA CERTIFIED 8A

Notice Date
3/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, St. Louis-Civil Works, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
DACW43-03-R-0721
 
Archive Date
6/27/2003
 
Point of Contact
Treniece Sutherlin, 314-331-8508
 
E-Mail Address
Email your questions to US Army Engineer District, St. Louis-Civil Works
(Treniece.Sutherlin@mvs02.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
NA INDEFINITE DELIVERY CONTRACT FOR MISCELLANEOUS ENGINEERING AND ARCHITECTURAL DESIGN AND RELATED WORK FOR AREAS SELECTED BY THE ST. LOUIS DISTRICT, U.S. ARMY CORPS OF ENGINEERS ? SBA Certified 8a Set Aside SOL DACW43-03-R-0721. This announcement is issued with competition restricted to SBA Certified 8a Business firms. POC James A. Mills, Civil Engineering Section, 314-331-8301, and Gail T. Evans, Contracting Officer 314-331-8522. 1. CONTRACT INFORMATION: This contract is being procured in accordance with PL 92-582 (Brooks A-E Act) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of providing miscellaneous engineering and architec tural design services for projects within or assigned to the St. Louis District, U.S. Army Corps of Engineers. The boundaries of the St. Louis District will be the primary area for the contract, but the Government may, at its discretion and upon concurren ce of the Contractor, accomplish work in other geographical areas. One indefinite delivery contract will be negotiated and awarded, with a single contract period of two (2) years. The amount of work in the contract period will not exceed $500,000. Work will be issued by negotiated firm fixed-price task orders not to exceed the contract period amount. The contract will be awarded to an SBA Certified 8a firm. The contract is anticipated to be awarded in the fall of 2003. The Government?s minimum obligat ion under this contract is $10,000. The wages and benefits of service employees (see FAR 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). Prior to award of a contract, a firm must be registered in the DoD Central Contractor Registration (CCR) to be eligible for contract award. Register via the CCR Internet site at http://www.cc r.gov or by contacting the DoD Electronic Commerce Information Center at 1-(800)-334-3414. 2. PROJECT INFORMATION: Engineering design and architectural design services will be applicable to miscellaneous civil works projects such as portions of locks and dams, gatewell drainage structures, stormwater/wastewater design, levees, roads, railroad closure structures, buildings and grounds. Firms must have a full range of capability for these types of services. Use of the metric system of measurement may be required for some deliverables under the proposed contract; however, metric system experienc e is not a selection criterion and is not required for selection. 3. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-d are primary. Criteria e-f are secondary and will be use d as tie breakers among firms that are technically equal. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Corps civil works engineering and architectural design, for medium and small projects; (2) Preparation of Corps civil works contract plans and specifications; (3) Management procedures to include Q uality Control Plans; (4) Ability to deliver CADD files in the Bentley Microstation format; (5) Construction cost estimation. b. PROFESSIONAL QUALIFICATIONS: Qualified and registered key personnel in the disciplines of civil and structural engineering, architects, technicians and draftsmen. The evaluation will consider education, training, registration, relevant experience, a nd longevity with the firm of the key personnel. c. CAPACITY TO ACCOMPLISH WORK: Capacity to accomplish up to three task orders simultaneously ($100,000 or more capacity each) in a one-year period for delivery of a quality product on a timely schedule, and capacity to perform approximately $500,000 in work of the required type in a two-year period. The evaluation will consider the availability of an adequate number of key personnel and equipment availability, as well as the extent of in-house facilities verses subcontracting needs. d. PAST PERFORMANCE: Past performance on similar Department of Defense contracts, as determined by ACASS evaluations, and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. GEOGRAPHIC PROXIMITY: Location of the firm and geographic proximity to the St. Louis District office headquarters. f. VOLUME OF DOD CONTRACTS: Volume of DOD contracts awarded in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime firm and all subcontractors and consultants, not later than 4:00 PM 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 of the next business day. The SF 255 shall not exceed 50 pages, including no more than 5 pages for Bl ock 10. Use no smaller than 12-font type. Responses to this announcement shall be submitted to the above address, Attn: Jim Mills, CEMVS-ED-DC, and shall make reference to solicitation number as well as contract title. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call (503) 808-4590. In block 10, describe the firm?s overall Design Quality Management Plan. A project-specific design quality control plan must be prepared and approved by the Government as a condition of cont ract award, but is not required with this submission. In block 10, also indicate the estimated percentage involvement of each firm on the proposed team. Include an organizational chart of the key personnel to be assigned to the project. Facsimile transm issions will not be accepted. Solicitation packages are not provided. This is not a request for proposal.
 
Place of Performance
Address: US Army Engineer District, St. Louis-Civil Works ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
Country: US
 
Record
SN00288374-W 20030328/030326213543 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.