Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2004 FBO #1073
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER (A-E) CONTRACT FOR GEOTECHNICAL ENGINEERING SERVICES FOR THE CHICAGO DISTRICT, U.S. ARMY CORPS OF ENGINEERS

Notice Date
11/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Chicago, 111 N. Canal, Suite 600, Chicago, IL 60606
 
ZIP Code
60606
 
Solicitation Number
W912P6-05-R-0002
 
Response Due
12/1/2004
 
Archive Date
1/30/2005
 
Small Business Set-Aside
N/A
 
Description
POC For contractual information contact: David Dilks (312) 846-5373, for technical information contact: John Breslin (312) 846-5451 1. Contract Information: Geotechnical engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various civil works projects within the Chicago District boundaries (Northeastern Illinois and Northern In diana). The possibility exists that work may also be performed within the boundaries of the Corps of Engineers Great Lakes and Ohio River Division. These boundaries include parts of: Minnesota, Michigan, Ohio, Kentucky, Tennessee, Alabama, Mississippi, G eorgia, North Carolina, Virginia, West Virginia, Pennsylvania, and New York and all of Illinois, Indiana, and Wisconsin. The government at its discretion may award up to two Indefinite Delivery Contracts under this announcement. Each contract will have on e twelve-month base period with two twelve-month option periods. No contract will exceed a term of three years or a maximum of $3,000,000 over a three-year period. Work will be assigned by issuing task orders. Minimum guaranteed amount for the base year is $20,000 and $10,000 for each individual option year. In the event of concurrent Indefinite Delivery Type contracts, task orders will be assigned by the Chicago District as equitably as possible based on the decision of the Contracting Officer regarding t he experience of the contractor with the specific requirements of the work to be performed, and the capacity of the contractor to perform the work. The estimated award date of the contract is February 2005. North American Industrial Classification System code is 541330, which has a size standard of $4,000,000 in average annual receipts. This announcement 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 requireme nt for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Chicago District, which will be considered in the negotiation of this contract are (1) at least 50.9% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 8.8% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7.2% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 0.5% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; and (5) at least 2.9% of a contractor's intended subcontract amount be placed with HUBZone SB. THE SMALL BUSINESS SUBCONTRACTING PLAN IS NOT REQUIRED WITH THIS SUBMITTAL. The wages and benefits of service employees (see FAR Subpart 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. To be eligible f or contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). 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. 2. Project Information: The work consists of geotechnical engineering services including: drilling, soil and rock sampling, borehole testing, well installation and pump testing, borehole and surficial geophysical testing, rock joint mapping, laboratory te sting, geotechnical analyses and design, and report preparation. 3. Selection Criteria: See Government Wide Numbered Note 24 for general selection process. Firm must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Cr iteria a through f are primary factors. Criteria g through i are secondary factors and will only be used as tie-breakers among technically equal firms. a) Geotechnical experience and technical competence of firm a nd contract team members to perform traditional geotechnical analyses in soil and rock including slope stability, seepage, bearing capacity, and settlement; groundwater modeling; bio-engineering techniques for streambank protection; and utilizing geosynthe tic materials. Experience in developing plans and specifications and providing Construction Quality Assurance oversight on geotechnical features. b) Able to conduct on-shore and off-shore field operations including: soil drilling and sampling; rock drilling and coring; in-situ borehole testing such as pump testing, pressure testing, and borehole geophysics; well installation; work on HTRW sites; su rveying of borehole locations; and rock joint mapping. Describe owned or leased equipment that is available to perform this work in Section H on SF 330. c) Laboratory capable of receiving Corps of Engineers certification for testing soil and rock samples. Describe owned or leased equipment that is available to perform this work and current or past certifications or accreditations in Section H on SF 330. d) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e) Capacity to perform two $500,000 task orders within a 6 month period. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. f) Knowledge of the locality with respect to the geologic conditions of the Chicago area. g) Volume of DoD contract awards in the last 12 months as described in Note 24. h) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. i) Geographic location of the principal design office within the Chicago District boundaries. 4. Submission Requirements: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit six copies of SF 330, to the US Army Corps of Engineers, Chicago District, 111 North Canal Street, Suite 600, Chicago, IL 60606-7206, ATTN: Contracting, not later than the close of business 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 busines s day. Include the firm's ACASS number in Section H on SF 330. For ACASS information call 503-808-4590. Facsimile transmissions will not be accepted. Solicitation packages will not be provided. THIS IS NOT A REQUEST FOR PROPOSAL. GOVERNMENT WIDE NUMBER ED NOTE 24: Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer and Related S ervices Questionnaire for Specific Project, when requested, and (3) any requested supplemental data to the procurement office shown. Firms having a current Standard Form 254 on file with the procurement office shown are not required to register this form. Firms desiring to register for consideration for future projects administered by the procurement office (subject to specific requirements for individual projects) are encouraged to submit annually, a statement of qualifications and performance data, utiliz ing Standard Form 254, Architect-Engineer and Related Services Questionnaire. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Selection of firms for negotiation shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of profes sional services required, that include: (1) professional capabilities; (2) specialized experience and technical competence, as required; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to cost contro l, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) any other special qualification required under this announcement by the contracting activity. In addition to the above qualifications, special qualifications in the Department of Defense include the volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms including small and small disadvantaged business firms, and firms that have not had prior Department of Defense contracts.
 
Place of Performance
Address: US Army Corps of Engineers, Chicago 111 N. Canal, Suite 600, Chicago IL
Zip Code: 60606
Country: US
 
Record
SN00702213-W 20041103/041102061825 (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.