MODIFICATION
C -- Modification to Presolicitation Notice for an Indefinite Delivery contract to Support the Civil Works Planning and Design Program for the Mobile District, South Atlantic Division, U.S. Army Corps of Engineers
- Notice Date
- 5/23/2003
- Notice Type
- Modification
- Contracting Office
- US Army Engineer District, Mobile - Civil, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- DACW01-03-R-0043
- Response Due
- 6/25/2003
- Archive Date
- 8/24/2003
- Point of Contact
- Judy F. McMichael, 251-441-5582
- E-Mail Address
-
Email your questions to US Army Engineer District, Mobile - Civil
(judy.f.mcmichael@sam.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA CONTRACT INFORMATION: Architect-Engineering Services for an Indefinite Delivery Contract to Support the Civil Works Planning and Design Program for the Mobile District, South Atlantic Division, U.S. Army Corps of Engineers. This announcement is open to a ll businesses, regardless of size. The contract will be awarded for a period not to exceed a total of three years. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to ex ceed $3,000,000 over the three-year life of the contract. The Government intends to initially award the contract for $1,000,000, with the reserved right to modify the contract amount to the full $3,000,000 value during the three-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required se rvices. 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 smal l and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for thi s contract are as follows: a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.9% be placed with small disadvantaged businesses (SDB), 8.1% be placed with women-owned small businesses (WOSB), 3.0% be placed with HUB Zone small business, and 3.0% be placed with Service-Disabled Veteran-Owned Small Business. If a large business is selected for this contract, the firm will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals can not be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) c ode for this action is 541330 (previous SIC code was 8711). PROJECT INFORMATION: The firm selected will be required to provide all phases of Planning, Engineering, and Design from Preliminary Reconnaissance Phase Studies, through Feasibility Report Devel opment, Engineering Design, and Detailed Construction Plans and Specifications. Types of projects will include both Inland and Coastal; to include flood damage reduction, shoreline and stream bank erosion protection, shallow and deep draft navigation, env ironmental and eco-system habitat restoration, comprehensive watershed evaluations and multi-purpose water resources projects. The majority of the work will be located in the southeastern United States; however, work may be located in any of the fifty (50 ) states, South or Central America, Puerto Rico, the U.S. Virgin Islands, and other locations as may be assigned to the Mobile District and the South Atlantic Division. Spanish speaking and/or translation capability is highly desired, but not required. S ELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E thru G are secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Hydraulic Engineers; (2) Civil Engineers; (3 ) Cost Estimators; (4) Geotechnical Engineers; (5) Economists; (6) Biologists; (7) Environmental Engineers; (8) Geologists; (9) Structural Engineers; (10) Mecha nical Engineers; (11) Electrical Engineers; (12) Archaeologists. Evaluation of each discipline will consider education, registration, and relevant experience. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. B. Specialized Experience and Technical Competence: Additional evaluation factors are provided in order of importance: (1) Comprehensive p lanning and engineering services from Reconnaissance Studies, Feasibility Studies, Engineering Design, through detailed Plans and Specifications for both Inland and Coastal; to include flood damage reduction, shoreline and streambank erosion protection, sh allow and deep draft navigation, environmental and eco-system habitat restoration, comprehensive watershed evaluations and multi-purpose water resources projects; (2) Experience in all areas of Hydrologic, Hydraulic, Sediment and Coastal Engineering includ ing the use of all HEC software, standard Hydrology and Hydraulics software, Microstation CADD, and ARCINFO GIS; (3) Experience in planning activities include plan formulation, economic and socio-economic analysis, historic, cultural and environmental asse ssments and evaluation; (4) Experience in design of civil works projects; (5) The cost engineer(s) or estimator(s) for this project must be full-time professional cost engineer(s) or estimator(s). The cost estimates for this project will be required to be prepared utilizing IBM/MS-DOS compatible MCACES GOLD estimating software. The firm selected must demonstrate experience utilizing this software either through training or use; (6) In Block 10 of the SF 255 describe the firm's quality management plan, inc luding the team's organization with an organizational chart, quality assurance, project cost control, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $200,000 indiv idual task orders simultaneously; D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Geographic Location: Geographic location with respect to the region under consideration; F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historical ly black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as descri bed in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engi neer and Related Services Questionnaire for Specific, Project for themselves and one (1) completed copy of their SF 254 for themselves and one for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Georg e V. Poiroux, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Cent ral Time on 11 Jun 2003. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after the closing date of this announcement. In Block 2b include RFP Number and in Block 3a list two (2) principal contacts of firm. Include ACASS number in Block 3b of the SF 255. To obtain ACASS number , fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must indicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) A/E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Response to Block 10 is limited to 25 pages. This is not a request for proposal. Solicitation packages are n ot provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 16 June 2003. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will b e conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. To be eligible for contract award, a firm must be registered with the Central Contractor Registrat ion database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/. URL http://www.sam.usace.army.mil/ EMAIL cesam.plansroom@sam.usace.army.mil U.S. Army Corps Of Engineers, Mobile, Contracting Division, CESAM-CT, 109 St. Joseph Street 36602, PO Box 2288, Mobile, AL 36628-0001
- Place of Performance
- Address: US Army Engineer District, Mobile - Civil P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Country: US
- Zip Code: 36628-0001
- Record
- SN00331743-W 20030525/030523213535 (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 |