Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2002 FBO #0334
SOLICITATION NOTICE

C -- Indefinite Delivery Contract #33 for General Architect-Engineering Services within the new York District boundaries, primarily at Picatinny Arsenal

Notice Date
6/13/2002
 
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-02-164-0014
 
Response Due
7/12/2002
 
Point of Contact
Ina Ohrwashel, 212-264-0154
 
E-Mail Address
US Army Engineer District, New York - Military
(Ina.J.Ohrwashel@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Location of work: New York District’s boundaries, primarily at Picatinny Arsenal Scope of services required: The following services are required (in random order): Electrical, Mechanical, Civil and Structural Engineering, Architectural design ca pabilities; Environmental analysis (hazardous waste, Environmental assessment, air born contaminants, etc,); Asbestos identification and abatement. It is required that this contract will have an Architectural firm as the lead firm. Preparation of design a nd construction documents including plans, specifications, cost estimates, design analyses and construction services for various projects to include, but not be limited in scope to: Rehabilitation of military, administrative, laboratories, residential and industrial buildings; projects involving: HVAC systems, roofing, plumbing, electrical, foundations, roadway work, civil/site work, and hazardous materials abatement, including asbestos, lead paint, PCB’s and Radon. Fire Protection Engineering services a re required. Familiarity with Military Design is preferred. Anti-Terrorism/Explosive safety design capabilities are required. These services will be provided under two (2) indefinite delivery contracts. Each contract will be for a base period of up to 12-months, with two option periods of up to 12 months each period. The contract 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. Each contr act will include 2 option periods under the same terms and conditions as the 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 oblig ation is to guarantee a minimum amount of payment of $ 20,000 for the base period and $10,000 for each option period. One (1) A/E firm will be selected from this announcement Technical capability required: Firms not having full in-house capability m ust demonstrate how they will manage subcontractors and insure quality control. The (Prime) firm must identify in their submittal the quantity and number of personnel in each discipline available in their working office. A Quality Control (QC) plan must be included in the submission. These specific abilities are required (in random order): Architectural, Civil, Structural, Mechanical, Electrical, Fire Protection Engineering, Environmental Engineering (hazardous waste, Environmental assessment, air born contaminants, etc.), Geo-Technical engineering, Topographical surveying capabilities are required. Force Protection/Anti-Terrorism design is required. Cost Estimating capabilities are required.. Maintenance & repair and new construction design experienc e is required. Familiarity with Military Design is preferred for major disciplines. The firm must also identify a Fire Protection/Detection Specialist and Designer for this contract. In addition, a certified Industrial Hygienist, Lead/Asbestos Abatement Inspector, Geotechnical Engineer, Land Surveyor and Cost Estimators are required. Fire Protection Engineering services must be provided by a Licensed Fire Protection/Detection Specialist and Designer. The fire protection engineer must have working knowl edge with Military Handbook 1008C, a.k.a, MIL-HDBK-1008C, dated 10 June 1997, Fire Protection for Facilities, Engineering Design and Construction. For the purpo ses 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 Structure s, 2000 edition, 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. Special Qualifications: Firms should present relevant project experience utilizing design methods in accordance with the Department of Defense Antiterrorism Standards for Buildings, Draft version dated 25 January 2002. Experience with Fire Protection design and review services is required. Experience with the Corp's M-CACES Gold Cost Estimating progra m, 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 AutoCaD. Specifications and design analyses shall be prepared using the latest version of MS Word. I n addition to the above, the selected firm should be required to produce Plans and Specifications in Electronic Bid Solicitation (EBS) format. Specification sections should be prepared by using SPECINTACT and to be provided in Portable Document Format, (. pdf) and Contract Design files are to be provided in Continuous Acquisition and Life-Cycle Support format, (.cal). Cost estimates shall be accomplished in the latest version of M-CACES. The A/E is required to have a N.J. registered professional engineer available for all projects. The A/E shall, when required, to investigate any areas encompassed by a task order for asbestos contamination. The A/E will be required to determine the presence of asbestos and the quantity of asbestos and be responsible for the removal of existing asbestos and its replacement with a substitute material. The A/E will be responsible for acquiring all necessary design and construction permits prior to award of a construction project. This includes environmental permits for ai r contaminants, stream encroachments, treatment work approvals, etc. Closing date for submitting SF255: 30 days from the advertisement date of the synopsis. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next busine ss day. Firms must submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These g uidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process 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 o n 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 in the general geographical area of NY District boundaries 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 su bmit 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 project. 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 Z one small business and Woman owned small business concerns and firms that have not had prior DoD contracts. Approximate start date of contract: February 2003 Approximate completion date of contract: February 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 usi ng 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, New York, NY 10278, (212) 264-9123. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-JUN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 30-OCT-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA51/CBAEN-02-164-0014/listing.html)
 
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
SN00196712-F 20021101/021030221104 (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.