Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2004 FBO #0909
SOLICITATION NOTICE

C -- THREE INDEFINITE DELIVERY TYPE CONTRACTS FOR AE SERVICES FOR THE PROGRAMS AND PROJECT MANAGEMENT DIVISION OF THE KANSAS CITY DISTRICT CORPS OF ENGINEERS.

Notice Date
5/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-04-R-0017
 
Response Due
7/21/2004
 
Archive Date
9/19/2004
 
Point of Contact
Rosalind M. Whitfield, (816)983-3923
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City
(rosalind.m.whitfield@nwk02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A-E SERVICES FOR THREE INDEFINITE DELIVERY TYPE CONTRACTS FOR AE SERVICES FOR THE PROGRAMS AND PROJECT MANAGEMENT DIVISION OF THE KANSAS CITY DISTRICT. 1. CONTRACT INFORMATION: Architect and engineering services, procured in accordance with PL 92-582 (Brooks AE Act) and FAR Part 36, are required to support planning, design and environmental compliance within or assigned to the Kansas City District U.S. A rmy Corps of Engineers. The contract will involve the preparation of various civil works planning and design documents, environmental documents, studies, and specifications for various civil works projects, and secondarily, may also be utilized to support planning and design at military installations. Up to three indefinite delivery contracts will be negotiated and awarded, each with a total contract period not to exceed three years. The contracts may consist of a base period not to exceed one year, with a maximum of two one-year option periods. Alternatively, the contracts may consist of one three-year contract period. The total amount of work will not exceed $3,000,000 per contract. The North American Industry Classification System (NAICS) codes for t his acquisition are 541330,541690,541310 and the business size standard is $5 Million. Work will be issued by negotiated firm-fixed-price task orders. The contracts may include task orders with options for planning, engineering and design, checking of sho p drawings and design during construction. Award of the first contract is anticipated in third or fourth quarter of fiscal year (FY) 2004. The method used to allocate task orders among contracts will include consideration of experience and user needs, ca pacity to accomplish the order in the required timeframe, performance and quality of deliverables, and proximity of the firm to the project. Funds are not presently available for the contracts. This announcement is open to all businesses regardless of size. If a large business is selected for these contracts, 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 for the Kansas City District are: (1) at least 57.2% of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) a t least 10% of a contractor's intended subcontract amount be placed with SDB; (3) at least 10% of a contractor's intended subcontract amount be placed with WOSB; and (4) 3% placed with HUBZone small businesses, and 3% placed with service Disabled Veteran O wned Small Businesses. The plan is not required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for t his effort if its average annual receipts do not exceed $4 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contra ct Act, as determined relative to the employee??????s office location (not the location of the work). 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 htt p://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Task orders may be assigned for any work within the jurisdiction of the Kansas City District, Northwestern Division, or the U.S. Army Corps of Engineers in the Continental United States (CONUS), but the selection will be based on criteria within the Kansas City District, Northwestern Division. 2. PROJECT INFORMATION. Projects may include the preparation of civil works project justification reports, water resources and related planning studies, enginee ring design of plans and specifications for construction, documents associated with engineering during construction, environmental compliance documents, and independent technical review. Projects will include planning or design documents for an array of pu rposes, either singly or combined, including flood damage reduction, river/stream bank stabilization, river and stream hydraulics, environmental ecosystem restoration, wetland design and restoration, water supply and distribution planning and design, envir onmental compliance, cultural resources, employment of geographic information systems (GIS), water resources planning, public involvement, dam safety analyses and design, socioeconomic analyses, value engineering, and engineering and design disciplines req uired for the various project purposes. Projects may also require in some cases hazardous, toxic, and radiological waste (HTRW) evaluation work. The contracts issued under this requirement will include continuing funding clauses required for civil works p rograms. 3. SELECTION CRITERIA. See Note 24 for a general description of the AE selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Cr iteria f-h are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in: (1) Planning and design experience in flood damage reduction, levee, floodwall, and channel modification projects; (2) River, channel, and stream hydraulics - hydraulic studies of open channel flow, including steady and unsteady state conditions, using HEC and other industry accepted software (3) Planning and design of stream bank stabilization projects (4) Corps of Engineers flood damage reduction, reconnaissance, feasibility, and design phase documents (5) Environmental ecosystem restoration including wetland restoration planning and design, stream and river riparian and aquatic restoration planning and design, (6) Corps reconnaissance, feasibility, and design phase documents for ecosystem restoration and multipurpose projects (7) Hydrologic studies including rainfall runoff analysis and reservoir yield computations, using HEC and other industry standard software (8) Geotechnical, structural, civil, and other engineering applications for planning and design projects in flood damage reduction, stream bank stabilization, ecosystem restoration, and multipurpose projects (9) Socioeconomic analysis and incremental economic analysis including HEC-FDA and other accepted computational economic analysis tools (10) Risk and uncertainty analysis for engineering and economic analyses, (11) Preparation of NEPA documents including Section 404 and Section 401 permit documents, environmental and cultural resource surveys and evaluation reports. Projects older than five years will not be considered. Similar projects newer than three years will receive higher ratings. (2) Quality management procedures. Describe the firm??????s quality management procedures (address in block 10 of SF 255). The evaluation will consider quality control coordination between disciplines and subcontractors, quality control procedures (type a nd timing of reviews, reviewers, etc.). A detailed quality control plan is not required with this submission but will be required subsequent to award of a contract. b. Qualified registered professional personnel in the following key disciplines: hydraulic engineering, hydrologic engineering, geotechnical engineering, civil engineering, structural engineering, geology, planning, biology, economic analyses, archeology , cultural resources, mechanical engineering, electrical engineering, cost estimation, GIS, drafting, surveying. Qualifications of the project manager shall also be provided. The evaluation will consider education, registration, and overall and relev ant experience. The submittal shall include a matrix showing experience of the proposed lead planners and designers on the projects listed in block 8 of the 255. c. Past Performance on government contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined from references, other sources or ACASS. d. Knowledge of local conditions within Kansas and Missouri, specifically regarding river, stream, soil and climatic conditions (key disciplines hydrologic and hydraulic engineer, geotechnical engineer, structural engineer, biologist); local construction methods (geotechnical engineer, structural engineer, civil engineer), and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key disciplines. e. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: hydraulic and hydrologic engineer; geotechnical engin eer; civil engineer; structural engineer; biologist; economist. The evaluation will look at numbers listed in the SF 255 and the SF254 to evaluate the specific team identified for the contract as well as the overall capacity of the team. f. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic proximity. h. Volume of DoD contracts awarded in the last 12 months to the prime A-E firm as described in Note 24. 4. SUBMITTAL REQUIREMENTS. See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one SF 255 (11/92) to the address listed below no later than close of business (4:00 PM Kansas City time ) on the 30th day after the date of this announcement. Copies of the SF 254 (11/92) for the prime firm and all consultants shall be included with the SF 255. 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 in SF 255, block 3b. Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted w ith this package. In SF 255, block 8, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 4 sha ll be so labeled. In SF 255, Block 10, describe the firm's overall QCP. A project specific QCP must be prepared and approved by the government as a condition of contract award but is not required with this submission. In Block 10, indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT-C/Gulledge 757 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 5. QUESTIONS. Questions of a technical nature should be addressed to John Grothaus at 816-983-3110 and those of an administrative nature to Greg Gulledge at 816-983-3808.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00590483-W 20040523/040521212304 (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.