Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2004 FBO #0816
SOLICITATION NOTICE

C -- C--A/E Multidisciplinary Planning Services For The New Orleans District

Notice Date
2/18/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-04-R-0013
 
Response Due
3/22/2004
 
Archive Date
5/21/2004
 
Point of Contact
Frederick Pitts, 504-862-1819
 
E-Mail Address
US Army Engineer District, New Orleans
(FREDERICK.W.PITTS@MVN02.USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
US ARMY Corps of Engineers, New Orleans District, P.O. Box 60267, Attn: CEMVN-CT-W Room 172, Foot of Prytania Street, New Orleans, LA 70160-0267 C—Multidisciplinary Planning Services, New Orleans, LA, POC Frederick Walker Pitts, Jr. (504)-862-1819. E-Mail address FREDERICK.W.PITTS@mvn02.usace.army.mil. 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 open to all business. 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 intend s to subcontract. The plan is not required with this submittal. A-E services are required for a minimum of two and up to four multidisciplinary planning services contracts that include tasks related to civil works projects (ER 1105-2-100) involving flood control; hurricane protection; basin-wide hydrologic modeling; evaluation of water distribution and wastewater facilities; navigation infrastructure and economic analysis; environmental and ecosystem restoration; coastal wetlands; hazardous, toxic, and ra dioactive waste (HTRW); socio-economic analyses; recreation; fish and wildlife evaluation and resource enhancement; water quality management; value engineering and other water resources problems and needs. The indefinite delivery/indefinite quantity contr acts will be Firm Fixed Price, each with a base period not to exceed one year and two option periods not to exceed one year each. The contracts shall not exceed $1,000,000 per contract period. Criteria used in allocating task orders among the contracts i nclude performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, and equitable distribution of work among the contractors. Work will be issued by negotiated firm-fixed-priced tas k orders. 2. PROJECT INFORMATION: Projects may be at any stage, from the initial planning stage to the operations and maintenance stage. Services will be required in a variety of potential subject areas including: navigation projects, flood control and h urricane protection projects, environmental and ecosystem restoration projects, freshwater diversion projects, recreation projects, water supply and wastewater treatment projects, contaminant waste investigations, master planning, and other multi-purpose p rojects. Typical tasks include gathering data and preparing reports for inclusion in initial evaluation, reconnaissance, feasibility, or post authorization change studies for congressional and continuing authorities programs. Projects will include work i n environmental assessments and impact evaluations; ecologic modeling; recreation development; marine, inland waterway and general transportation economics, and logistical planning; benefit-cost, financial, and market analysis; value engineering; project m anagement; plan formulation; public outreach and coordination; data collection and field investigations; and database design and management. Environmental impact analysis may include gathering data, describing habitats and populations, preparing environme ntal impact assessments and statements to meet NEPA requirements, or conducting initial site assessments and recommend/perform subsequent actions including certified industrial hygiene investigations, testing, and remediation at non-HTRW sites according to ER 1165-2-132 and industry standards such as ASTM 1527-97 and 1528-96, and other applicable state and Federal regulations. Economic and social analysis tasks may include developing project-related databases and structure inventories, preparing projection s of economic and socioeconomic phenomena, identifying area and regional social and economic profiles, performing flood damage appraisals and trade-off analyses, conducting recreational use surveys, etc. All CAD/GIS software must be fully compatible with the Intergraph Modular GIS Environment (MGE), ORACLE, and Bentley Microstation software suite or equal. Personnel with experience in the following disciplines are required: hydrology; geology; geomorphology; civil, structural, geotechnical, and environmental engineering; value engineering (Certified Value Specialist); water resources planning; industrial hygiene; hazardous waste; cost estimating; biology (terrestrial and aquatic); wetlands ecology; flood damage assessment; economics; sociology; statistics; NE PA compliance; recreation planning; real estate services; illustration/cartography; computer programming; computer aided drafting; geographic information systems; master planning; archeology; surveying; general construction practices; and history. Resumes (Block 7 of the SF 255) must be provided for key personnel, including subcontractors, and must clearly demonstrate experience in each of the above areas. The work locations will generally be located in southern Louisiana but could be anywhere in the sout hern United States. 3. SELECTION CRITERIA: See Note 24 for the general selection process. The Web Site for Note 24 is www.eps.gov/Numbered_Notes.html The selection criteria are listed below in descending order of preference. Criteria A-D are primary fac tors. Criteria E & F are secondary factors and will only be used as tie-breakers among technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the firm and its subcontractors in the various engineering, value engineering, economics, and environmental disciplines and knowledge/experience of the firm in ecosystem restoration, water and wastewater treatment, multi-hazard digital mapping, and water resources projects. B. PROFESSIONAL QUALIFICATIONS of key personnel considering education , experience, licensing, registration, professional societies, and certificates. C. CAPACITY TO ACCOMPLISH THE WORK considering available experienced personnel in key disciplines. D. PAST PERFORMANCE ON DOD and other contracts in respect to: (1) cost con trol, (2) quality of work, and (3) compliance with contract schedules. E. VOLUME OF DOD contract awards within the last twelve months as described in Note 24. F. SB and SBD PARTICIPATION: Extent of participation of small businesses, small disadvantaged b usinesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated team effort. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Inte rested firms having the capabilities to perform this work must submit five (5) copies of the SF 255’s (11/92 edition) and five (5) copies of the SF 254’s (11/92 edition) for the prime and all subcontractors, to the above address not later than th e close of business March 22, 2004. Include the firm’s ACASS number in the SF 255, Block 3b. For ACASS information, call (503) 808-4590. Also, interested contractors must add to the forms requested above their Duns number and be registered in the C entral Contractor Registration (CCR). For more information about CCR, please log in to http://www.ccr.gov to learn more about how register your firm. In Block 10 of the SF 255 describe the firm’s quality control plan, including the coordination of su bcontractors. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA29/W912P8-04-R-0013/listing.html)
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00524556-F 20040220/040218225019 (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.