Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2002 FBO #0350
SOLICITATION NOTICE

C -- Indefinite Delivery Contract with the U.S. Army Corps of Engineers, Mobile District's, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM) for Medical/Research Laboratory Planning and Design

Notice Date
11/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Mobile - Military, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACA01-03-R-0012
 
Archive Date
3/15/2003
 
Point of Contact
Sonya White, (251) 441-5582
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Military
(sonya.m.white@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA SPECIFIC QUESTIONS RELETED TO THIS PROJECT MAY BE ANWERED BY MR. DEWAYNE BRACKINS AT (251) 694-3743. The Contracting Officer for this project is Leo J. Hickman. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract (IDC) wit h the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM) for Medical/Research Laboratory Planning and Design. This announcement is open to all businesses regardless of size. The contr act will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $3,000,000 over the three-year life of the contract. (If the established value for an option period is exhausted or nearly exhausted prior to 12 months after the start of the period, the next option period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the r equired services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. A firm fixed price contra ct will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330 (previous SIC code was 8711). PROJECT INFORMATION: The selected firm must have capabilities for laboratory planning, architectural, mechanical , electrical, plumbing, fire protection, structural, civil, cost estimating and any other required discipline to perform pre-design studies, program development, investigations and evaluations, design and construction document production, cost estimates, c onstruction phase services, building commissioning services, participation in an independent value engineering process, participation in a peer review process, and other related services. The MEDCOM Program provides support and service to facilities to fos ter and maintain a state-of-the-art public health environment. Facilities included in this contract may include, but are not necessarily limited to: Bio-safety Levels II, III, and IV research laboratories and laboratory support functions, animal housing, o ffice buildings, conference facilities including auditoria and food service, parking structures, campus utility and infrastructure, hazardous material storage facilities and central utility plants. Projects may include new construction and/or major renovat ion and modernization. The purpose of this procurement is to select firms highly qualified to provide these architectural-engineering services. Due to the variety of projects anticipated, the selected firm(s) must possess a wide range of professional servi ces and experience in architecture and engineering for the research facilities and the general types of facilities listed above. Design teams will be required to demonstrate considerable experience in designing research laboratory facilities for infectious disease and for toxic and carcinogenic research and for office, conference, parking structures and infrastructure related facilities. Experience must include in-depth knowledge of related complex laboratory process, scientific equipment, laboratory mechan ical systems, containment laboratory design and must have a working knowledge of the CDC/NIH's Biosafety in Microbiological and Biomedical Laboratories (BMBL) s tandards and the American Association for Accreditation of Laboratory Animal Care (AAALAC) standards. The majority of the work will be located in the Continental United States; however, work may be located in Central or South America, Puerto Rico, the U.S. Virgin Islands, Korea, Japan, Africa, the Middle East, Thailand, Europe and other worldwide locations as supported by MEDCOM. SOLICITATION INFORMATION: This presolicitation notice will be modified to include the full solicitation requirements on or about 27 November 2002. Interested firms will have at least 30 days from the time of the amendment to prepare and submit their SF 255 and SF 254s.
 
Place of Performance
Address: US Army Engineer District, Mobile - Military P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00205897-W 20021117/021115213417 (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.