Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2008 FBO #2344
SOLICITATION NOTICE

C -- Corps of Engineers, Norfolk - Architect Engineer services, environmental investigation, preparation of studies, biological surveys, cultural resources surveys, and other natural resources requirements, Fort A.P. Hill or other locations.

Notice Date
4/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Norfolk, US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-08-R-0032
 
Response Due
5/28/2008
 
Point of Contact
Cheray L Schamp-bazar, Phone: 757-201-7076
 
E-Mail Address
cheray.l.schamp-bazar@usace.army.mil
 
Description
CONTRACT INFORMATION: The Norfolk District Corps of Engineers announces its intentions to award a Firm Fixed-Price Indefinite Delivery Architect Engineer (A-E) contract for environmental investigation, preparation of studies, biological surveys, cultural resources surveys, and other natural resources requirements of a U. S. Government installation and facilities in accordance with PL 9 2-582 (Brooks A-E Act) and Federal Acquisition Regulation (FAR) Part 36, as required for various projects at A.P. Hill or other locations as required by Norfolk District. The Government, at its discretion, may award more than one Indefinite Delivery Contract (IDC) under this announcement. Each contract will have a base period of one year from the date of award and four option periods not to exceed one year each. The option period may be exercised when the base period or preceding option period nears expiration. The cumulative value of all task orders will not exceed $5,000,000.00. Work will be issued by firm-fixed price task orders. The contracts may include Task Orders with options for planning, engineering and design, and construction phase assistance. THIS IS AN UNRESTRICTED PROCUREMENT. ALL QUALIFIED FIRMS ARE INVITED TO SUBMIT, REGARDLESS OF SIZE. The North American Industrial Classification Code (NAICS) for this procurement is 541330, which has a size standard of $4,500,000. To be eligible for a contract award, a firm must be registered in the Department of Defense (DOD) Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov/. PROJECT INFORMATION: Projects, primarily NATURAL RESOURCES in nature, may include engineering and design services in the areas of: stormwater management, erosion and sediment control, utility and roadway crossing of installation waterways, stabilization of in-stream structures, development of wetland and subaqueous bed permit applications for crossings, landscape design, timber maintenance and harvesting, refuge facilities, environmental information/educational displays; topographic surveys, s natural resources management plans, cultural resources management plans and documentation, NEPA requirements, integrated natural resources management plan, endangered species management plan, cultural resources management plans, natural resources studies, integrated pest management and grounds maintenance programs, geographic information services, and wetland and subaqueous bed permit applications. These engineering and architectural services are required to support the Fort A. P. Hill Natural Resources Management Program projects assigned to the Norfolk District and within Fort A. P. Hill or other locations as required by Norfolk District. The selected firm shall be able to provide on-site support in the execution of natural resources projects which assist the Installation in complying with Federal, state, regional, and local regulations. Work to be performed under this contract will include, but will not be limited to: (1) Engineering and design services to stormwater management program, including design of new stormwater management structures and facilities, designs of modifications/repairs to existing facilities, development of basin-wide stormwater management permit applications, development of stormwater management plans. (2) Engineering and design services to erosion and sediment control program, including design of erosion and sediment control structures and facilities for new construction projects; development of corrective actions and designs for existing erosion and sedimentation problems; development of sediment and erosion control plans and permit applications; and inspection of construction projects for compliance. (3) Engineering and design services in support of infrastructure construction, repair and improvement projects, including design of utility and roadway crossing of installation waterways; stabilization of in-stream structures; development of wetland and subaqueous bed permit applications for crossings; construction inspection; preparation of as-built drawings. (4) Landscape design services for streetscapes, and housing, and administrative areas of the installation. (5) Planning and design services in support of timber maintenance and harvesting activities. (6) Engineering and design services in support of planning and siting construction and maintenance of installation refuge facilities including trail and footbridge structures, toilet facilitates, parking facilities, access controls and information/educational displays. (7) Topographic surveys. (8) Engineering and design services in support of maintenance and repair of historic structures. (9) Preparation of installation s natural resources management plans, including Integrated Natural Resources Management Plan, Endangered Species Management Plan, Integrated Pest Management Plan. (10) The preparation of Fort A.P. Hills cultural resources management plans and documentation including HABS/HAER documentation. Documentation of historic properties as required. Development of oral histories and historic contexts. Archeological services to include survey and evaluation of cultural resources. (11) Planning services, including siting studies; engineering plan review; support to master planning; and, development of NEPA documents. (12) Natural Resources studies and field surveys; planning and design of habitat management/enhancement projects. (13) Planning and design services to integrated pest management and grounds maintenance programs. (14) Development of environmental education materials and programs. (15) Geographic information services (GIS). (16) Development of wetland and subaqueous bed permit applications. EVALUATION FACTORS The Architect/Engineer must demonstrate its and each key sub-contractors qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) through (4) are considered most important and equal; factor (5) is slightly less important; and factors (6) through (8) are of lesser importance and will be used as tiebreakers among technically equal firms. Demonstrated experience by the prime firm and its consultants in military facility design in DOD projects. Recent = Projects older than five years will not be considered. Similar projects newer than three years, but at least 50% completed will receive higher ratings. Specific evaluation factors include: (1) Specialized Experience and Technical Competence: (a) Recent in-depth knowledge and experience with federal, state, and local natural and cultural resources statutes including but not limited to Sikes Act, Endangered Species Act, Clean Water Act, Fish and Wildlife Coordination Act, Federal Insecticide Fungicide, and Rodenticed Act, Natural Historic Preservation Act, National Environmental Policy Act, Virginia Subaqueous Bed Guidelines and Virginia Sediment and Erosion Control Guidelines, and applicable Army regulations. (b) Recent demonstrated relevant experience in natural resources permitting experience in Virginia including by not limited to Clean Water Act and Virginia Subaqueous Bed Permits. (c) Recent demonstrated relevant design experience stormwater management and sediment and erosion control projects. (d) Recent demonstrated relevant experience in performing natural resources field studies and plan preparation. (e) Recent demonstrated relevant experience in performing impact analyses and developing NEPA documents for facility siting and development projects. (f) Recent demonstrated relevant experience in landscape design, grounds maintenance, and pest management technical support at facilities in the mid-Atlantic region of a similar scale and scope in the mid-Atlantic region. (g) Recent demonstrated relevant experience in performing natural and cultural resource management activities of a similar scale and scope in the mid-Atlantic region. (h) Must be recognized by the US Fish and Wildlife Service as qualified to conduct surveys for small whorled pogonia and swamp pink. Recent demonstrated experience to prepare Biological Assessment approved by the US Fish and Wildlife Service. (i) Demonstrated completion of recent relevant projects using ESRI software. (j) Demonstrated experience with the Virginia State Historical Preservation Office and experience in the development of a military oral history project which includes community involvement and educational presentations (k) Computer Resources firms must indicate in Block 10 under PART 2 of GENERAL QUALIFICATIONS in the SF 330 the following items: (i) Demonstrated CADD and capability with capacity to produce output files in.DXF or.DWG file format. CADD drawings will be required on CDs in Auto CADD release version 2007 or higher. (ii) GIS, ArcView, ArcInfo, and ArcMap including metadata, GPS. (2) Professional Qualification: Firms must demonstrate all professional qualifications. Joint ventures among Contractors/Sub-Contractors for various technical expertise will be encouraged and all Sub-Contractors shall be identified at the time of submission of SF-330 along with their qualifications. The following will be evaluated: (a) Professional registration of civil engineering, surveying, landscape architecture staff. Active professional registration of the engineering and surveying staff will be required in accordance with FAR 52.236-25. It will not be necessary for perspective firms to hold registrations within the entire Agency of Record (AOR) at the time of submission of the SF 330, but the ability and willingness to obtain registration where it may be needed will be considered in evaluating qualifications. (b) 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. (3) Past Performance: Past Performance as described in Note 24. (a) Demonstrated completion of recent projects of a similar scale and scope at Army Installations in terms of cost control, design award and meeting established schedules. (b) Demonstrated recent experience by the prime firm and its consultants in private sector and other government agencies projects. (c) Letters of evaluation/recognition by other clients. (4) Scheduling Capacity: Demonstrated capacity to accomplish work orders within required timeframes. (a) Capacity to perform two $250,000 work orders within a 6-month period. (b) Demonstrate past on-time delivery with examples of similar work, date required and actual delivery date. (5) Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination. Define the program and list key personnel responsible. (6) Volume of work: (a) Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD and A&E contract among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. (b) Architect-Engineer Contract Administration Support System (ACASS) evaluation. (c) Current workload. (7) Small Business (SB) and Small Disadvantaged Business (SDB) Participation: Firms will be evaluated on the extent of participation of small businesses, historically black colleges and universities, and minority institutions in the proposed contract team demonstrated by use of SB subcontractors. Anticipated participation of small businesses must be represented by a percentage of overall work. (8) Location of office: Location of an office and subcontractors in close proximity to Fort A.P. Hill with the identified expertise at these locations. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 330 for the prime firm and all consultants to the US Army Corp of Engineers, Norfolk District, 803 Front Street, Norfolk, VA 23510-1096, ATTN: Ms. Cheray Schamp-Bazar not later than May 28, 2008 by 2:00 pm. Facsimile or email transmissions will not be accepted and will be considered non-responsive. The SF 330 must also include the following: (1) Section H: Prime firm's distance (in terms of POV driving miles) from address of office to perform the work and Fort AP Hill. For DUNS information, call 1-866-705-5711. (2) Section H: Include the prime firms Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. (3) Firms with more than one office: (a) Section C: this block should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm. (b) Section E: each key person's office location; (4) Section E: registrations must include the year, discipline and state in which registered; (5) Block 19: Include a descriptive project synopsis of major items of work; (6) Block 19: Indicate fee in terms of thousands of dollars, not percentage of work completed. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) database prior to award of a contract. Failure to be registered in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will prevent access to FBO (Federal Business Opportunities) website and will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS FOR PLANS/SPECS WILL NOT BE HONORED. Contractors please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to enter certification that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature or list any changes. THIS IS NOT A REQUEST FOR PROPOSAL. 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, 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 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. Point of Contact US Army Corp of Engineers Norfolk District 803 Front Street Norfolk, VA 23510-1096 ATTN: Ms. Cheray Schamp-Bazar Email: Cheray.L.Schamp-Bazar@usace.army.mil Place of Performance Fort A.P. Hill, Caroline/Richmond County, Virginia Other Locations as Directed by Norfolk District and North Atlantic Division Government-wide Numbered Notes Note 24: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to 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 electronically submit SF 330 Part II, General Qualifications, to https://orca.bpn.gov/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 a Part II for this acquisition unless directed by the announcement.}(e) Volume of DoD contract awards in the last 12 months as described in Note 24. f) 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=546a352ebaf5d44e0b0c767a2b8be2a6&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN01561409-W 20080427/080425215424-546a352ebaf5d44e0b0c767a2b8be2a6 (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.