Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2003 FBO #0623
SOLICITATION NOTICE

C -- Indefinite Delivery A-E Contract For Miscellaneous Engineering Planning, Engineering and Architectural Design and Related Work For Areas Selected By The St. Louis District, U. S. Army Corps of Engineers

Notice Date
8/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, St. Louis - Civil, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
DACW43-03-R-0731
 
Response Due
9/11/2003
 
Archive Date
11/10/2003
 
Point of Contact
Joan Brickey, 314-331-8521
 
E-Mail Address
US Army Engineer District, St. Louis - Civil
(Joan.C.Brickey@mvs02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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 planning, and engineering and architectural design services for the St. Louis District, U.S. Army Corps of Engineers and other State, Local and Federal agencies. The boundaries of the Mississippi Valley Division will be the primary geographical area for the contract with emphasis on the St. Louis District, but the Government may, at its discretion and upon concurrence of the Contractor, accomplish work in other geographical areas. One indefinite delivery contract will be negotiated and awarded, with a single contract period of three (3) years. The amount of work in the contract period will not exceed $2,000,000. Work will be issued by negotiated firm fixed-price task orders, not to exceed $1,000,000 per individual ta sk order. The contract is anticipated to be awarded in the late spring of 2004. The solicitation is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals are (1) a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesse s (SDB) and woman-owned small businesses (WOSB), (2) 9.1% be placed with SDB and (3) 5% with WOSB. The plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least e qual 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 Contrac tor Registration (CCR) to be eligible for contract award. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-(800)-334-3414. PROJECT INFORMATION: Engineering planning and engineer ing and architectural design services will be applicable to miscellaneous civil works projects such as locks and dams, gatewell drainage structures, stormwater/wastewater design, levees, roads, railroad closure structures, and project buildings, facilities and grounds. The planning and design services will also be applicable to military and civil works museums and archaeological curation buildings in support of the St. Louis District's MCX mission Corps-wide. Use of the metric system of measurement may be required for some deliverables under the proposed contract for this solicitation; however, metric system experience is not a selection criterion and is not required for selection. Firms must have a full range of design capability for these types of servi ces. 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-g are secondary and will be used as tie breakers among firms that are technically equal. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Corps civil works engineering and architectural design, for large and small projects; (2) Preparation of Corps civil works contract plans and specifications; (3) Preparation of engineering planning reports such as reconnaissance, feasibility, general reevaluation, and design documentation reports; (4) Ability to deliver CADD files in the Bentley Microstation format; (5) Archaeological cura tion building or museum design experience; (6) Quality management procedures to include Quality Control Plans; (7) Effectiveness of the project team including m anagement structure; coordination of disciplines, subcontractors and prior working relationships; (8) Construction cost estimation and preparation of estimates using MCACES; (9) Demonstrated success in prescribing the use of recovered materials and achievi ng wasted reduction and energy efficiency in facility design. b. PROFESSIONAL QUALIFICATIONS: Qualified and registered key personnel in the disciplines of civil and structural engineering, hydraulic, hydrologic, geotechnical, mechanical and electrical eng ineering, architects, landscape architects, engineering planners, HVAC engineers, technicians and draftsmen. The evaluation will consider education, training, registration, relevant experience, and longevity with the firm of the key personnel. c. CAPACITY TO ACCOMPLISH WORK: (1) Ability to meet overall project schedules and certain phase schedules; (2) Ability to accomplish up to three task orders simultaneously ($300,000 or more capacity each) in a one-year period for delivery of a quality product on a timely schedule, and capacity to perform approximately $2,000,000 in work of the required type in a three-year period. The evaluation will consider the availability of an adequate number of key personnel, equipment availability and 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 performan ce schedules. e. Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team. f. GEOGRAPHIC PROXIMITY: Locatio n of the firm and geographic proximity to the St. Louis District office headquarters. g. VOLUME OF DOD CONTRACTS: Volume of DOD contracts awarded in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this wor k 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, to the above address. The SF 255 shall not exceed 50 pages, including no more than 5 pages for Block 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 contract aw ard, 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 transmissions will not be accepted. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAED/CEMVS-CT/DACW43-03-R-0731/listing.html)
 
Place of Performance
Address: US Army Engineer District, St. Louis - Civil ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
Country: US
 
Record
SN00399187-F 20030814/030812223054 (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.