Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2002 FBO #0308
SOLICITATION NOTICE

C -- Architect-Engineer Services Indefinite Delivery Contract Primarily North Atlantic Division Boundaries, the United States Military Academy Boundaries Contract # 45 at West Point, NY

Notice Date
10/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
CBAEN-03-277-0001
 
Archive Date
1/3/2003
 
Point of Contact
Ina Ohrwashel, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(Ina.J.Ohrwashel@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Scope of Services required: The following design services are required (in random order): Preparation of plans, specifications, analysis, reports, cost estimates, construction services and technical reviews for miscellaneous projects which include bu t not limited to renovations of buildings, offices, HVAC systems, roofing, plumbing, electrical systems, foundation, structural, utility systems, site work, sidewalk and roadway work. These projects will be designed in conformance with COE regulations and DOD design standards. Environmental studies to include permit investigations, the completion of permit applications and wetlands evaluation may be included. Possible lead paint, contaminated soil, and asbestos/PCB abatement may be included. Topographic s urveys and subsurface explorations may be included. One A/E firm will be selected from this announcement. These services will be provided under one (1) indefinite delivery contract. This contract will be for a base period of up to 12-months, with two option periods of up to 12 months each period. The cont ract amount (base period plus 2 option periods) will not exceed $3,000,000 and will not exceed $1,000,000 per period. Individual task orders will not exceed $1,000,000. This contract will include 2 option periods under the same terms and conditions as th e basic contract. The Government has the right to exercise the option period after the monetary limit is reached for the base period and prior to the expiration of the time period (365 calendar days). Within this period of time (from the time the option is exercised up until the 365 calendar days is exhausted), all negotiated task orders should use the labor rates from the base period, until the 365 calendar days expire. After the 365 calendar days expire, the negotiated rates for 1st option period will be used. Similarly, 730 calendar days after award of the initial contract, all negotiated task orders should use the labor rates from the 2nd option period. The Government?s obligation is to guarantee a minimum amount of payment of $ 20,000 for the basi c period, and $10,000 for each option period. Technical capability required: The following specific abilities and disciplines are required: Architectural, Historical Architectural, Civil, Electrical, Mechanical, Structural, Cost Estimating, Fire Prot ection Engineer, Surveying, Geo-technical, Environmental specialists, and Certified Industrial Hygienist. Firms may be requested to fast track delivery orders. Firms must submit in their submission a plan for management of consultants, a plan for succes sful quality control and how they will integrate all design disciplines. Responding firms should indicate their ability to use Dr. Checks review system. Experience with the Corp's M-CACES Gold Cost Estimating program, or the firm's capability to use the program is required. Production of drawings (CADD) must be accomplished in the latest versions of Microstation and/or AutoCaD. Specifications and design analyses shall be prepared using the latest version of MS Word. In addition to the above, the selec ted firm should be required to produce Plans and Specifications in Electronic Bid Solicitation (EBS) format. Specification sections are to be provided in Portable Document Format, (.pdf) and Contract Design files are to be provided in Continuous Acquisiti on and Life-Cycle Support format, (.cal). Cost estimates shall be accomplished in the latest version of M-CACES. Special Qualifications: The selected firm must have proven capability to produce multiple delivery orders simultaneously. Experience in military designs is preferred. Experience with projects in an academic environment is preferred. Experience with mai ntenance and repair projects is preferred. Experience with masonry structures and Historic Architecture is preferred. An Architectural prime is preferred. SHPO experience preferred. Fire Protection Engineering services is required. The firm must identify a Licensed Fire Protection/Detection Specialist and Designer for this contract. The firm must have working knowledge with Military Handbook 1008C, a.k.a, MIL-HDBK-1008C, dated 10 June 1997, Fire Protection for Facilities, Engineering Desig n and Construction. The Services and Qualifications of Fire Protection Engineers are shown in Section 1.5 of the MIL-HDBK-1008C, and a reiterated here: Major projects require the services and review of a qualified fire protection engineer. In addition , projects which involve design or modification of fire detection, fire suppression, or life safety systems shall require the services and review of a qualified fire protection engineer. A qualified fire protection engineer shall be an integral part of th e design as it relates to fire protection. This includes, but is not limited to, building code analysis, life safety code analysis, design of automatic detection and suppression systems, water supply analysis, and a multi-discipline review of the entire p roject. For the purposes of meeting this requirement a qualified fire protection engineer is defined as an individual meeting one of the following conditions: a) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering, and a registered professional engineer (P.E.), from an accredited university engineering program, plus a minimum of 5 years? work experience in fire pr otection engineering. b) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEE) fire protection engineering written examination. c) A registered P.E. in a related engineering discipline with a minimum of 5 years? experience dedicated to fire protection engineering. Fire Protection criteria shall conform to the requirements of the MIL-HDBK-1008C; the National Fire Codes, published by the National Fire Protection Association (NFPA), specifically NFPA 101, Safety to Life from Fire in Buildings and Structures, 2000 edit ion, except as modified within the MIL-HDBK-1008C; and portions of the Uniform Building Code (UBC), published by the International Conference of Building Officials, as specifically referenced within MIL-HDBK-1008C. Additional criteria includes portions of the Loss Prevention Data Sheets, published by Factory Mutual Engineering Corporation (FM), as specifically referenced within MIL-HDBK-1008C. Closing date for submitting SF255: The closing date will be shown in the FedBizOpps website http://www.fedbizopp s.gov The date is shown as Original Response Date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11/92 version of SF255 and SF254. SF254 should refl ect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. If sub-consultants are to be utilized, a SF254 must be submitted for each sub-consultant. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection proces s is conducted. Evaluation factors in descending order of importance: A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary for satisfactory performance of required services. 3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time. 5. Knowledge of the locality and location in the general geographical area of United States Military Academy in West Point, NY provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. 6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and h armful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consulta nts that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. B. Secondary Selection Criteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2. Geographic Proximity in relation to location of U.S.M.A. 3. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including Veteran owned small business and small disadvantaged business firms, Hub Zone small business and Woman owned small business concerns and firms that have not had prior DoD contracts. Approximate start date of contract: April 2003 Approximate completion date of contract: April 2006 Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcon tracts to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. Firms which have not previously applied for New York District projects and firms which do not have a current SF254 on file with the New York District should submit two of the SF254 with this initial response to CBD announcement. Firms us ing consultants should submit copies of the SF254 for their consultants. a) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and th at the firm may request a debriefing. b) The A/E?s request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. c) Debriefing(s) will occur within 14 calendar days after receipt of the written request. d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. . Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN- EN-M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123.
 
Place of Performance
Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00182581-W 20021006/021004213341 (fbodaily.com)
 
Source
FedBizOpps.gov 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.