SOLICITATION NOTICE
C -- INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR MULTI-DISCIPLINED ENGINEERING AND DESIGN SERVICES FOR THE WALLA WALLA DISTRICT
- Notice Date
- 2/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-07-R-0010
- Response Due
- 3/12/2007
- Archive Date
- 5/11/2007
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE), Walla Walla District, proposes to contract for multi-disciplined engineering and design services. This contract is being procured in accordance with the Brooks A-E Act as implemente d in FAR Subpart 36.6. This notice is for up to two Indefinite Delivery Type (IDT) contracts with each contract not to exceed $1 million for the base year with 2 option years of $1 million each. The amount of each contract will not exceed $3,000,000. T he maximum for each task order will not exceed the annual contract amount. The minimum guarantee for the base period is $20,000 and $10,000 for each option period. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The IDT Architect-Engineer A-E contract(s) are required to provide professional architect-engineer and drafting services to include electrical, mechanical, structural, and civil engineering disciplines for preparation of plans and sp ecifications and/or other engineering documents for various civil works projects primarily within the Northwestern Division boundaries, however, the contract will be available for use by other USACE elements. Work will be issued by negotiated firm-fixed p rice task orders. If two contracts are awarded, each firm will be given a fair opportunity to compete in accordance with FAR 16.505. For exceptions to the fair opportunity process, the contracting officer will consider the following factors in deciding w hich contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, minimal order requirements, and equi table distribution of work among the contractors. This procurement is unrestricted. 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 inten ds to subcontract. The subcontracting goals which will be considered in the negotiation of this contract are: (1) at least 51.2% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 8.8% of a contractor's intend ed subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7.3% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 1.5% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB (SDVOSB); and (5) at least 3.1% of a contractor's intended subcontract amount be placed with HUBZone SB. The plan is not required with this submittal, but will be required with the cost proposal of the firm(s) selected for negotiations. The small business size standard is average annual receipts for its preceding 3 fiscal years must not exceed $4.5 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 Contract Act. The NAICS code is 541330. The contracts are anticipated to be awarded in July 2007. 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 http://www.ccr.gov. 2. TYPICAL SERVICES: The work to be performed under this contract shall consist of, but not be limited to, furnishing all necessary labor, materials, supplies, and equipment required for professional architect-engineering services as defined in this contr act and as specified by individual delivery orders. Professional services including electrical, mechanical, structural, and civil engineering disciplines are required for preparation of plans and specifications and/or other engineering documents and repor ts. Professional qualifications, experience and technical knowledge are r equired in the following: Typical services to be provided would include engineering and design such as: a. Structural: Engineering, design, and preparation of plans and specifications for civil works structures and complex structural steel items; design and analysis of concrete dams, powerhouses, spillways and stilling basins, reservoir outlet works; brid ges; pump facilities, navigation locks, marine facilities, piling and floating structures, buildings and warehouses, and fish passage, collection, and monitoring structures and facilities. Structural analyses and inspection of unique civil works features; such as hydraulic steel structures, bridges, tunnels and other project appurtenant features. b. Mechanical: Engineering, design, and preparation of plans and specifications for cranes, hoists, and other machine design items; HVAC systems; piping, plumbing, and sewage systems, gating (high head and other), operators (motors, gearing and wheels), hydraulic and air systems, water supply and pumps and screening systems related to civil works and fish passage systems. c. Electrical: Engineering, design, and preparation of plans and specifications for aerial and underground power distribution, motor controls and control centers, interior and exterior lighting, telephone systems, CCTV systems, and automated control sys tems using PLCs and PC-based platforms. d. Civil: Engineering, design, and preparation of plans and specifications for roads, pavements, drainage, excavation and disposal, grading, clearing and debris removal, utilities, waste water treatment, on-site water supply and water treatment, marine a nd campground type recreation facilities, levees, river bank protection, and land surveying. e. Hydraulic: The analyses and design for high head dam regulating outlet facilities; spillways and stilling basins; outlet valves and gates; existing and new adult and juvenile migrant fish facilities; navigation channels and facilities. Computational f luid dynamic (CFD) modeling including one, two and three dimensional numerical modeling for steady and unsteady flow including temperature and water quality parameters. Capability for data archiving of CFD modeling for later use. Hydraulic physical model ing capability; and prototype testing. Expertise with fisheries design and criteria. The analysis and design of both open channel and pressure conduit flow systems. f. Geotechnical: Geologic and soils mapping; soils engineering; engineering geology; insitu material testing; surface and subsurface soil and rock sampling for lab testing; instrumentation plans and designs for the installation, monitoring, and analysis of a variety of civil works structures including but not limited to embankment dams, concrete dams, powerhouses, marine structures, and foundations in soils and rock; groundwater investigation; slope stability studies; shallow and deep foundation explorat ions, investigations and designs; excavation and embankment design and slope stability studies; slope protection and retaining structures; underground openings including tunnels in soils and rock; water well investigations; seismic analyses; and geotechni cal reports and specification writing. g. Construction Cost Estimators. Evaluation of the proposed Cost Estimators experience using MII (MCACES 2nd Generation) software and construction scheduling will include: (1) Evaluation of a sample MII estimate prepared by the proposed cost estimator. The sample estimate provided should include crew designations; outputs; backup for crews, labor and equipment; material and subcontractor quotes; and details on mob/demob and job office overhead. (2) Evaluation of the proposed cost estimators background in construction (preferably with a civil works emphasis). 3. CADD COMPLIANCE: The selected firm must be able to produce engineering drawings on a computer aided design and drafting (CADD) system and provide those drawings t o the district in electronic format. All new drawings shall be created in accordance with the current Architectural/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standards. The A-Es CADD system shall be compatible with MicroS tation (Bentley Microsystems) design file format version 8 or greater. Ability to prepare complete detailed construction drawings and specifications using Government guide specifications format shall be required. 4. SPECSINTACT COMPLIANCE: Specifications shall conform to the format and content requirements of the Walla Walla District. The selected firm must be able to produce technical specifications in SpecsIntact format. The SpecsIntact software can be download ed from the following web page: http://specsintact.ksc.nasa.gov. Informal training for SpecIntact may be obtained from the Walla Walla District. Technical specifications shall be produced from Unified Facilities Guide Specifications (UFGS) and the locally prepared guide specifications. UFGS sections can be downloaded from the web at the following site: http://www.ccb.org/docs/ufgshome/UFGSToc.htm. 5. SELECTION CRITERIA: The selection criterion is listed below in descending order of importance. Criteria a-e are primary. Criteria f and g are secondary and will only be used as tie-breakers among technically equal firms. a. Professional qualifications, necessary for satisfactory performance of required services. The evaluation will consider education, registration, and longevity of relevant experience. b. Specialized experience and technical competence in the type of work discussed in items 2a through 2g above. Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical compet ence will be the primary information evaluated. c. Capacity to accomplish the work in the required time - within 48 hours on small work orders. d. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. e. Geographic proximity and knowledge of the locality. Demonstrated knowledge of the Snake and Columbia River basin and tributaries. Capability of quick turn around to and from Walla Walla. f. Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone SB, Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of Department of Defense (DOD) contract awards in the last 12 months. This is with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms including small and small disadvant aged business firms, and firms that have not had prior DOD contracts. 6. SUBMISSION REQUIREMENTS: A-E firms that meet the requirements described in this announcement are invited to submit two (2) copies of Standard Form (SF) 330 (6/2004 version), Architect-Engineer Qualifications, Parts I and II for the prime and all cons ultants to the below address not later then March 12 2007. SF330s shall be sent to: USACE, Walla Walla District, 201 North Third Street, Walla Walla, WA 99362-1876, Attn: Mark Jones. Facsimile transmissions will not be accepted. Personal visits to disc uss this project will not be scheduled. This is not a request for proposal. Solicitation packages are not provided. Reference W912EF-07-R-0010 in your submission package.
- Place of Performance
- Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Country: US
- Zip Code: 99362-1876
- Record
- SN01229595-W 20070211/070209221031 (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 |