Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2007 FBO #1992
SOLICITATION NOTICE

C -- A-E SERVICES FOR TECHNICAL REVIEW AND RELATED ENGINEERING SUPPORT FOR CUTOFF WALL CONSTRUCTION AT THE HERBERT HOOVER DIKE SITE, LAKE OKEECHOBEE, FLORIDA

Notice Date
5/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-07-R-0004
 
Response Due
6/8/2007
 
Archive Date
8/7/2007
 
Small Business Set-Aside
N/A
 
Description
One contract will be awarded from responses to this solicitation using unrestricted acquisition procedures. The contract will be an Indefinite Delivery, Indefinite Quantity contract for a period of one year from date of award, with options to extend for two (2) additional years. The contract will not exceed a total of three (3) years. While the estimated dollar amount per year is $250,000.00, the actual obligation per year may be greater than or less than $250,000.00. Work will be assigned by nego tiated task orders. Maximum order limit is $750,000.00 for the life of the contract, including options. The primary purpose of this proposed contract is to provide Technical Review and related engineering support for the proposed cutoff wall for the Herb ert Hoover Dike project, located around Lake Okeechobee, Florida. These services are to be performed during the Design Phase, Solicitation Phase, and Construction Phase of the project. During the Design Phase services may include, but not limited to revi ewing documents, providing comments, and attending meetings; during the solicitation phase services may include, but not limited to providing expert opinion on construction methodology, assist in developing responses to contractor inquiries and conceptual input on solicitation amendments; during the construction phase services may include, but not limited to review of submittals, engineering during construction, answering requests for information. This contract will not be open for use outside the geograph ical boundaries of the state of Florida. PROJECT INFORMATION: Herbert Hoover Dike (HHD) is an earthen embankment system located along the perimeter of Lake Okeechobee, a large freshwater lake in South Florida. Components of the embankment system have been constructed intermittently since the ear ly 1900s. Federal involvement began in the 1930s with the construction of dikes, for flood protection, along portions of the north and south shores. In the 1960s, the crest elevations of those dikes were increased and additional embankments were construct ed on the northwest and northeast shores. As a result, the HHD system now encircles Lake Okeechobee entirely, except in the vicinity of Fisheating Creek on the western shore. The existing embankment is about 140 miles in length with crest elevations rangi ng from 32 to 46 feet, NGVD. Lakeside slopes are typically 6H:1V and landside slopes range from 2H:1V to 5H:1V, depending on foundation conditions and existing right-of-way. In addition to the earthen embankments, the HHD system also includes numerous wate r control structures (e.g., culverts, spillways, locks, and pump stations) along its length. Based on observations during high lake levels and concerns regarding the performance of the embankment, the Corps of Engineers (COE), Jacksonville District, began an evaluation of the HHD to assess the risk of failure and identify a solution to piping occurring through and under the dike. One of the recommended solutions is the installation of a cutoff wall through the crest of the embankment and into the dike foun dation. The duties associated with this solicitation include providing Expert Technical Support during the design, solicitation and construction phases of the cutoff wall. The contractor will interface with the Districts Project Engineer, Chief, Enginee ring Division and Chief, Construction Division. FACTORS FOR EVALUATION IN ORDER OF PRIORITY ARE: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The A/E must clearly demonstrate specialized experience and expertise in the design and construction of cutoff wall projects utilizing different constru ction techniques for the purpose of seepage control. Experience is required in varied soil and rock conditions, including loose sands, organic layers and cemented sands and limestone. 2. PROFESSIONAL QUALIFICATIONS: Qualified professional personnel in the following key disciplines: Cutoff Wall Specialist. The cu toff wall specialist for this discipline must be registered to practice in the appropriate professional field. The evaluation will consider the education, training, registration, certifications, overall and relevant experience, and longevity with the firm . 3. PAST PERFORMANCE: Firm must demonstrate relevant past performance in the design and construction of cutoff wall projects utilizing different construction techniques. Firm must submit information for relevant contracts and subcontracts including the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span.) Submit infor mation for all relevant contracts and subcontracts started or completed within the past 5 years (measured from the date of this solicitation). Past performance on contracts with Government agencies and private industry regarding quality, cost control and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS) will be utilized for prior performance evaluation. Firm s may include supporting information in the pr oposal, such as letters of commendation form clients, on past performance recent similar contracts. Firm may also include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. 4. CAPACITY T O ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firm must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates. The evaluation will cons ider the experience of the firm and any consultants in similar size projects and the availability of any personnel in key disciplines. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: 5. GEOGRAPHIC LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the worksite (considered the State of Florida) and demonstrating that the expertise required in items 1 and 2 above are co-located will be given preference. 6. VOLUME OF DOD CONTRACTS AWARDED: Work previously awarded to the firm by the Department of Defense, will be reviewed with the objective of effecting equitable distribution of work among qualified A/E firm s. SUBMISSION REQUIREMENTS: Firms which meet the requirements described in this announcement and wish to be considered must submit one paper copy of the complete SF330 for the firm or joint venture and SF330, Part II, for each subcontractor. Submittal of su pplemental attachments to SF 330 per evaluation factors 1-4 is strongly recommended. Submittal package is to be received in this office at the address indicated below, no later than 2:00 P.M. Eastern Time on 08 June 2007. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Small and small disadvantaged business firms are enc ouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and sma ll disadvantaged firms in accordance with the provision of Public Law 95-507. If a large business firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it in tends to subcontract. Of those dollars the large business firm intends to subcontract out, the Corps of Engineers floors for subcontracting are 51.2% to small business concerns; 8.8% to small disadvantage business concerns; 7.3% to women-owned small busin ess concerns ; 3.1% for HUBZone concerns; and 1.5% to Service Disabled Veteran-Owned Small Business. The term floors is used instead of goals as the Corps of Engineers objective is to exceed the percentages rather than merely meet the percentages. Large firms sho uld keep these floors in mind when considering qualifications of potential subcontracts and ensure that each proposed subcontractors socio-economic status is clearly identified in the submission of qualifications. The NAICS code is 541330, with a small business size standard of $4 million dollars. Response to this announcement should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN : CESAJ-EN-T, 701 San Marco Boulevard (The Prudential Building), Jacksonville, FL 32207-8175. NOTE: If the offeror intends to hand-deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a d rivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, del ivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, persons hand-delivering offers should call the contract specialist whose name appears in the solicitation and ask the specialist to send someone to the security desk to take possession of the offer. Persons hand-delivering offers should take care to arrive at the Prudential Building in sufficient time to permit completion of security requirements and delivery of the off er to the designated office prior to the time set for receipt of offers. THIS IS NOT A REQUEST FOR PROPOSAL. There is a VENDOR USER GUIDE available on the FedTeds website. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business O pportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all interes ted firms must also REGISTER AS INTERESTED VENDERS which is also located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. You must also be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitat ion. The ORCA website is located at http://orca.bpn.gov.
 
Record
SN01290895-W 20070511/070509221754 (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 |
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.