Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2003 FBO #0469
SOLICITATION NOTICE

C -- Multi-Discipline Architect-Engineer Planning, Design and Construction Support Services for Seattle District, Washington

Notice Date
3/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Seattle - Military, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
DACA67-03-R-0214
 
Archive Date
6/8/2003
 
Point of Contact
Scott Britt, (206) 764-3517
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle - Military
(Scott.W.Britt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Advance solicitation notice to provide multi-discipline Architect-Engineer (A-E) planning, design, and construction support services for Seattle District, Washington. Intent is to select two (2) program-specific A-E firms or teams for the potential KC767 Bed down Program at Fairchild AFB, Washington. Services will be required for architectural, landscaping/civil, mechanical, electrical and structural engineering design and studies related to the KC 767 Bed-down Program and other military work. Some asbesto s and lead paint abatement work may be required. A-E firms will be required to prepare requirements documents, plans, specifications, design analyses, cost estimates, and provide construction support as required for USAF 767 Bed-down requirements including variety of major military construction projects and maintenance, repair and alteration projects. SELECTION CRITERIA: The selection criteria for the proposed contract are listed below in descending order of importance. Criteria (a) through (f) are primary. Criteria (g) through (i) are secondary and will only be used as tiebreakers among firms that are essentially technically equal. PRIMARY CRITERIA: (a) Specialized experience, program criteria knowledge, and technical competence in the areas of Air Force design and construction for projects such as new large aircraft hangars supporting KC-10, or C-17, Boeing 767 and related aircraft maintenance, training, and operations facilities, flight simulator facilities, taxiways, runways, and aircraft aprons, airfield lighting, and related base utilities and infra-structure, aircraft hydrant fueling facilities. (b) Professional qualifications of firm?s key personnel, as demonstrated by education and professional registration, specific to the following architectural and engineering disciplines: civil, structural, electrical, mechanical, environmental, architectural and interior design, sustaina ble design and cost engineering. (c) Qualifications and experience relating to LEED evaluation and certification for Sustainable Design and Development. (d) Past performance on DoD and other contracts with respect to cost control, quality of work, and com pliance with performance schedules, as determined from ACASS and other sources. (e) Capacity in performing approximately the work of the required type and the dollar amount stated, in one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. (f) Knowledge of the locality, as it relates to engineering design covering Fairchild AFB criteria (for bed down program related projects). The informatio n provided must demonstrate expertise in knowledge of Air Force design and construction criteria and aircraft maintenance facility requirements, geological features, climatic conditions, and local construction methods. SECONDARY CRITERIA: (g) Extent of participation by SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (h) Geographical pr oximity to Seattle District office and its engineering and construction personnel located in the District?s 4 states. (i) Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contrac ts among qualified firms, including SB and SDB. 3. CONTRACT INFORMATION: Multi-discipline Architect-Engineering (A-E) design services for the potential 767 Program, at FAFB, Washington, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for architectural, landscaping/civil, mechanical, electrical and structural engineering design related to the Seattle District, U.S. Army Corps of Engineers mission. Contracts or purchase orders will be negotiated separately with selected firms as work is identified with this program. The co ntracts are anticipated to be awarded between July 2003 through J uly 2005. The program value is near $200 million. The Standard Industrial Classification System Code (SIC) has been replaced by the North American Industry Classification System Code (NAICS). The NAICS Code for this procurement is 541310, which is matched to SIC Code 8712. For the purposes of this procurement a concern is considered a small business if its average annual gross receipts are $4 million or less. This announcement is open to all businesses regardless of size. If a large business is selected fo r this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan or that part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 55% of a contractor's intended subcontract amount be placed with Small Businesses (SB); (2) at least 9% of a contractor's intended subcontract amount be placed with Small Disadvantaged Businesses (SDB) or Historically Black Colle ge or University and Minority institution; and, (3) at least 5% of a contractor's intended subcontract amount be placed with Women-Owned Small Business (WOSB), (4) at least 3% of a contractor's intended subcontract amount be placed with Service-Disabled Ve teran owned Small Business; and (5) at least 3% of a contractor's intended subcontract amount be placed with HUB zones. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Inte rnet site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of key personnel to be assigned t o this project, current SF 254, and consultant's current SF 254's. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-808-4591. Three copies of submittals should be mailed or delivered to the following address not later th an April 9, 2003, 2 P.M. local time (PST): U. S. Army Corps of Engineers, Seattle District, Attention: Susan K. Sherrell, 4735 East Marginal Way South, Seattle, Washington 98134-2329. Submittals by facsimile transmission will not be accepted and will be c onsidered non-responsive. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This is not a request for proposal. Visit the Corps of Engineers web site at http://www.nws.usace.army.mil for additional contracting opportunities; visit the Army Single Face to Industry at http://acquisition.army.mil/.18. WEB LINK: All documents pertaining to this solicitation can be found at the Seattle District home page http://www.nws.usace.army.mii/ct/.
 
Place of Performance
Address: US Army Engineer District, Seattle - Military ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00277829-W 20030314/030312213814 (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.