SOLICITATION NOTICE
C -- Indefinite Delivery (Civil Engineering) Contract for the Baltimore District, but may be used throughout the North Atlantic Division
- Notice Date
- 4/5/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-06-R-0038
- Response Due
- 5/5/2006
- Archive Date
- 7/4/2006
- Point of Contact
- Nichol Fitzpatrick, 410-962-2281
- E-Mail Address
-
US Army Corps of Engineers, Baltimore
(nichol.fitzpatrick@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: Architect-Engineering Services are required for one (1) Indefinite Delivery-Type (Civil Engineering) contract to support the Baltimore District, but may be used throughout the North Atlantic Division. The North American Indu stry Classification Code (NAICS) is 541330. The size standard for this procurement is $4,500,000.00 average annual receipts of the last 3 fiscal years. This contract will be for $3,000,000.00 with a 12 month base period and two 12 month option periods. An option period may be exercised when the contract amounts for the base period or preceding option period has been exhausted or nearly exhausted. This contract will be firm fixed price. This announcement is set-aside for small business concerns. 2. PROJECT INFORMATION: Work may consist of performing a variety of Survey, Mapping and GIS services, Civil and Structural Engineering services and, Ecosystem Restoration services. The full range of services may include topographic, hydrographic, aerial and remote sensed (including photographic and LIDAR), geodetic, and cadastral surveys. Surveys may include utility investigation, monumentation, development of GIS data and databases, preparation of survey plats and legal descriptions including the associated resear ch effort, preparation of drawings and computation of volume quantities for various project areas within the North Atlantic Division boundaries. Civil Engineering services may include civil/site design of projects to include layout, alignment, grading, pr ofiles, cross sections, site details, development of cost estimates, utility work, storm water management, erosion and sediment control and associated permits, as well as other local, state and federal permits and approvals for site/ environmental permits. Civil Engineering services may also include conducting initial, routine, in-depth and damage inspections of in-service bridges, dams, locks and other large hydraulic structures as well as consultant services in designing, developing cost estimates and ev aluating the designs of the same structures. Ecosystem restoration services may include design, development of cost estimates and modeling associated with stream, wetland and other ecosystem restoration projects, as well as the ability to apply knowledge of hydrology/ hydraulics and sediment transport with stream morphology in the design of functional stream restoration projects; and the ability to apply knowledge of coastal and estuarine processes to the design of functional tidal wetland and other coasta l/ estuarine ecosystem projects. Surveys and map products shall be provided in digital format using AutoCAD release 2005. Some projects may require products in Microstation, ArchGIS Desktop format (Including Geodatatbase format). Topographic surveys tha t are provided in AutoCAD shall have existing contours produced by a network of the surveyed point data using Auto Desk Land Desktop software. Additionally, civil and ecosystem restoration efforts could include the use of HEC-RAS, HEC-HMS, 1-D unsteady f low modeling, 2-D unsteady flow modeling, sediment transport modeling, wave modeling as well as additional modeling programs. 3. SELECTION CRITERIA: The criteria which will be the basis for selection of firms are described as the following (Items 1 thr ough 5 will be considered equally): (1) Required disciplines: The selected firm shall have the capability to provide survey and mapping services; civil, structural, geotechnical, foundations, cost and environmental engineers, hydrologist, CADD specialist, construction inspectors and specification writers; key team members should be trained in Rosgen stream inventory and assessment methodology (Level I IV). At least one civil, one structural and one geotechnical specialist must be a professional engineer . The selected firm shall also have two licensed land surveyors, one ACSM Certified Hydrographer, one Certified Photogrammetrist, one remote sensing/GIS specia list and one database specialist/database programmer. Professional qualifications and registrations necessary for satisfactory performance of required services; including licensed professional engineers and professional land surveyors with current license s/ registrations in MD, NY, PA, VA and WVA. (2) Specialized Experience: Firm must demonstrate specialized experience in topographic, hydrographic and aerial surveying of floodplains, wetlands, streams, rivers, tidal estuaries, coastal bays and beaches; as well as specialized experience in surveying and mapping to support flood protection, shoreline protection, stream bank protection and environmental restoration projects. Firm must have specialized experience in the evaluation of situations and operations involving bridges, dams, locks and other hydraulic structures or substructures. Firm must also have knowledge, training and experience in the inspection and analysis of bridges, dams and other large hydraulic structures in accordance with all National In spection Standards and U.S. Army Corps of Engineers regulations including underwater inspection and scour analysis. Firm must demonstrate project experience dealing with hydrology, open channels hydraulics, tidal hydraulics, coastal and estuarine processes , bridge scour, flooding investigations, fluvial geomorphology, stream stability, river mechanics and sediment transfer investigations. (3) Local Expertise: Past experience, if any, of the firm's staff with relevant projects. within the Chesapeake Bay reg ion and the DELMARVA coast of the Atlantic Ocean. (4) Workload: Capacity of the firm to accomplish multiple task orders within time and cost limitations. (5) Previous DOD Contracts: Past experience, if any, of the firm with respect to performance on Depar tment of Defense contracts. (6) Secondary factor in selection is the geographic proximity of the firm itself (either primary office or field office) to Baltimore, Maryland and the number of survey crews (including chief surveyor and chief CADD technician/ processor) that operate within and report to an office within the Baltimore District Boundary. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each consultant to the address below, no 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 the next business day. On SF 330, Part I, Block 5, include DUNS number f or the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Nichol Fitzpatrick, Room 7000, 10 South H oward Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Sean Dawson at (410) 962-6156 or sean.dawson@nab02.usace.army.mil. Contracting questions can be directed to Ms. Nichol Fitzpatrick at (410) 962-2281 or nichol.fitzpatrick@nab0 2.usace.army.mil. These forms shall be submitted to the above address not later than 3:30PM on 5 May 2006. Only one copy of a submission is required at this time. The SF 330 shall have a page limit of 100 pages. A page is one side of a sheet. Font size sha ll not be less than 10 font and margins shall not be less than one inch. Solicitation packages are not provided. This is not a request for proposal. NOTE 24: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited t o submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electr onically submit SF 330 Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit Part II for this acquisition unless d irected by the announcement. 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 evaluation of the qualifications 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 o f firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. NOTE: Phone calls to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. 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/DACA31/W912DR-06-R-0038/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street Baltimore MD
- Zip Code: 21201
- Country: US
- Zip Code: 21201
- Record
- SN01021467-F 20060407/060405221440 (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 |