SOLICITATION NOTICE
C -- The U.S. Army Corps of Engineers, Pittsburgh District, proposes to obtain the services for one Indefinite Delivery Architect-Engineer (A-E) contract for engineering, design and related services.
- Notice Date
- 4/5/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Pittsburgh District Contracting Division, 1000 Liberty Avenue, W.S. Moorhead Federal Building, Room 727, Pittsburgh, PA 15222
- ZIP Code
- 15222-4186
- Solicitation Number
- W911WN-06-R-0012
- Response Due
- 5/5/2006
- Archive Date
- 7/4/2006
- Point of Contact
- james.costantino, (412) 395-7474
- E-Mail Address
-
Pittsburgh District Contracting Division
(james.m.costantino@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Pittsburgh District Contracting Branch, 1000 Liberty Avenue, W.S. Moorhead Federal Building, Suite 2100, Pittsburgh, PA 15222 Description 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Pittsburgh District, proposes to obtain the services for one Indefinite Delivery Architect-Engineer (A-E) contract for engineering, design and related services. This contract is being procured in accordance with Brooks A-E Act as implemented in FAR subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for required work. The contract duration will be three years. Tasks will be direct ed by individually issued task orders. More than one task order may be issued concurrently. For this contract the total accumulative amount will not exceed $3,000,000.00 in three years with no one task order exceeding $1,000,000.00. The contract will ha ve a base period not to exceed one year with up to two additional option periods, not to exceed one year each that may also be awarded. An option period may be exercised at the discretion of the Contracting Officer (CO) when the contract amount for the ba se period or preceding option period has been exhausted or nearly exhausted. 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 requirement for a subcontracting plan on that part of the work that it intends to subcontract. The current subcontracting goals for this district are that a minimum of 43.0% of the contractor's intended subcontracted amount be placed with Small Business (SB), including 16. 5% placed with small disadvantaged business (SDB), 5.7% placed with women-owned business and 1.5% for service-disabled veteran-owned small business and 8.0% for HUBZone business. These goals are advisory only. 2. PROJECT INFORMATION: Projects will primari ly be located within the Pittsburgh District. However, projects may also be located within the geographical boundaries or mission assignments of the USACE Great Lakes and Ohio River Division (LRD), or other mission assignments (i.e. Support of Hurricane R elief Operations, etc.) assigned to the Pittsburgh District. The Great Lakes and Ohio River Division includes Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh Districts. The A-E Services to be provided under this contract will b e multidisciplinary in nature to support the Pittsburgh District and other LRD organization's mission to plan, design, construct, operate and maintain navigation projects (locks and dams), flood control reservoirs and dams, local flood protection projects, river basins, aquatic ecosystem restoration (wetland construction and enhancement, AMD Mitigation, habitat enhancement, urban stream restoration), recreation and other facilities. Services will include, but not be limited to, Mechanical, Electrical, Elect ronic, Civil, Structural, Specification, Geotechnical, Sanitary, Environmental, Hydrologic and Hydraulic Engineering, Architectural Design and the necessary engineering support services such as CADD, surveying, value engineering, and cost estimates. The C ontractors will be required to provide appropriate personnel, materials, equipment, management, quality, and cost controls to perform all phases of engineering and architectural services to include, but not be limited to, engineering investigations/studies ; designs; reports; construction plans and specifications; preliminary cost estimates; general construction and engineering type surveys; and Computer Aided Design and Drafting (CADD). Work shall be accomplished in full compliance with established Corps o f Engineers manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirements. Work to be accomplished may be required to be performed using the metric system of measurement . 3. SELECTION CRITERIA: See Note 24 of the Federal Business Opportunities (FBO) for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Crite ria (a) through (e) are primary. Criteria (f) through (h) are secondary and will only be used as tie-breakers among technically equal firms. Primary: (a) Specialized Experience and Technical Competence: the firm (the firm shall be considered the prime f irm and all subcontractor(s)) and its staff shall have specialized experience and technical competence in: (1) all phases of engineering including experience related or similar to the design and/or rehabilitation of navigation locks and dams; earthen and c oncrete flood control dams; multi-purpose reservoir project features (i.e. roads, buildings, recreational features); local flood protection projects; wastewater and sewage treatment facilities; water treatment and distribution facilities; environmental des igns and studies of acid mine drainage control and remediation; water quality; stream and urban restoration; habitat enhancement; wetland construction and enhancement; energy conservation; pollution control; waste reduction and the use of recovered materia ls for the design of buildings and other facilities; (2) using innovative design and construction concepts/engineering practices and state-of-the-art technologies; (3) designing projects within constrained construction schedules and funding limitations; (4 ) producing and delivering CADD drawings in a format fully compatible with MicroStation Version 8.5 or later. Drawing standards shall conform to the CADD/GIS Technology Center-A/E/C CADD Standards Release 2 (https://tsc.wes.army.mil ). Firms are required to demonstrate compatibility by submitting relevant samples on CD ROM; (5) delivering data for all required reviews and final submission shall be submitted in both, hard copy and electronic format. All electronic data files will be delivered via compact di sc-read only memory (CD-ROM) or as specified by the District. (b) Professional qualifications of the key project management and technical personnel to be assigned to the contract and perform the required services as listed in Section 2, PROJECT INFORMATIO N. The evaluation of professional qualifications will consider education, training, professional registration, organizational certificates, overall and relevant experience, and longevity with the firm. The firm should indicate professional registrations/li censes, certificates from commercial organizations, professional recognition, professional associations, publications, advanced training, and specific work experience of key personnel. The firm must staff necessary Registered/Licensed Engineers, Architects , Landscape Architects, and Surveyors having professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering, architectural, estimating, scheduling and surveying practices. (c) Past Performance on contracts with Government agencies and private industry in terms of project management, cost control, quality of work, and compliance with performance schedules. (d) Capacity of the firm to accomplish the anticipated work in an eff icient manner. The evaluation will consider the experience of the firm in similarly sized projects, and the size and qualifications of the firm's staff in the required disciplines. The firm's staff must be capable of responding to multiple task orders conc urrently and within specified performance periods. (e) Knowledge of Locality, both geologic and climatic (both the Pittsburgh District and the Great Lakes and Ohio River Division). Secondary: (f) Extent of participation of Small Business, Small Disadvan taged Business, HUBZone small businesses, women-owned businesses, service-disabled veteran-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (g) Location of the firm in the general geographic area of the Pittsburgh District. (h) Volume of work awarded to the primary f irm by DoD during the previous 12 months. 4. SUBMISSION REQUIREMENTS: See note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit four (4) current complete Standard Form 330s (SF 330,REV. 6/20 04), Architect-Engineer and Related Services Qualifications and any supplemental data, which documents the firm's qualifications. The SF 330s must be no longer than 125 (8.5x11) pages in total length (excluding sample CADD compatibility CD ROM), Include in Section H, Block 30 of the SF 330 a discussion/specific examples of why the firm is especially qualified based upon the specific selection criteria listed in Section 3, SELECTION CRITERIA. Front and back side use of a single page will count as 2 pages. Use no smaller than 12 font type. Pages in excess of the maximums listed above will be discarded and not used in evaluation of the selection criteria. Firms must submit a detailed quality control plan with their proposal that outlines specific quality cont rol procedures for this contract and specifically addresses quality control procedures between the prime firm and any subcontractors. Firms must also submit a list of all significant equipment and software, including email and File Transfer Protocol (FTP) capabilities that are to be used on this contract. Firms shall include their ACASS DUNS Number in the SF 330 Part II, Block 4 for the firm and all sub-contractors, this information will be used for past performance purposes under the SELECTION CRITERIA. All firms submitting must be registered with the Central Contractor Registration (CCR); registration can be completed on-line at http://www.ccr.com. Representations and Certifications must be completed electronically via the Online Representations and Cer tifications Application (ORCA) website at http://orca.bpn.gov within the last 12 months. No other general notification to firms under consideration for this work will be made, and no further action is required. Personal visits to the Pittsburgh District office will not be scheduled. For SF330s being submitted by Express Mail, the delivery address is: US Army Corps of Engineers, ATTN: James Costantino, 1000 Liberty Avenue, Pittsburgh, PA 15222. Contract Specialist for this requirement is: James Costant ino, James.M.Costantino@usace.army.mil, Phone 412-395-7474. Interested firms must provide submittals to the above address not later the 3:00 PM Eastern Standard Time on May 5, 2006. Submittals received after this date and time will not be considered. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA59/W911WN-06-R-0012/listing.html)
- Place of Performance
- Address: Pittsburgh District Contracting Division 1000 Liberty Avenue, W.S. Moorhead Federal Building, Room 727 Pittsburgh PA
- Zip Code: 15222
- Country: US
- Zip Code: 15222
- Record
- SN01021463-F 20060407/060405221438 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |