Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2003 FBO #0460
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTIDISCIPLINE ARCHITECT AND ENGINEERING SERVICES PRIMARILY FOR DESIGN SERVICES FOR WASHINGTON, OREGON, IDAHO AND MONTANA

Notice Date
3/5/2003
 
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-0212
 
Archive Date
8/30/2003
 
Point of Contact
Thomas DeGonia, 206.766.6449
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle - Military
(Thomas.R.DeGonia@nws02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. PROJECT INFORMATION: Provide multi-discipline Architect-Engineer (A-E) design services for Washington, Oregon, Idaho and Montana. The intent is to select Architect-Engineer (A-E) firms or teams primarily for East of the Cascades. Services will be req uired for architectural, landscaping/civil, mechanical, electrical and structural engineering design related to the District's mission. Some asbestos and lead paint abatement work may be required. The A-E will be required to prepare plans, specifications, design analyses, and cost estimates as required for a variety of major military construction projects as well as for maintenance, repair and alteration projects, on military projects and civil projects. 2. SELECTION CRITERIA: The selection criteria for the proposed contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through f are primary. Criteria g through i are secondary and will only be used as tie-breakers among firms that are essentially technically equal. a. Specialized experience and technical competence in the areas of military design and construction for projects such as barracks, housing, new large aircraft hangars (e.g. KC135, B-2, etc.) and maintenance facilities, runways and hydrant fueling facilities. b. Professional qualifications of key personnel, as demonstrated by education and professional registration, in the firm specific to architectural and engineering disciplines: civil, structural, electrical, mechani cal, environmental, architectural and interior design, sustainable design and cost engineering. c. Qualifications and experience relating to SPiRiT and LEED evaluation and certification for Sustainable Design and Development; d. Past performance on DoD a nd other contracts with respect to cost control, quality of work, and compliance 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, i n 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 four states, Washington, Oregon, Idaho and Montana. The info rmation provided must demonstrate expertise in geological features, climatic conditions, or local construction methods. SECONDARY CRITERIA: g. Extent of participation by SB (including WOSB), SDB, historically black colleges and universities, and minorit y institutions in the proposed contract team, measured as a percentage of the total estimated effort. h. Geographical proximity to Seattle District office and its engineering and construction personnel located in the 4 states. i. Volume of DoD A-E contr act awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 3. CONTRACT INFORMATION: Multi-discipline Architect-Engineering (A-E) design services for Washington, Oregon, Idaho and Montana 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 th e Seattle District, U.S. Army Corps of Engineers mission. An indefinite delivery contract will be negotiated and awarded, with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract pe riod will not exceed approximately $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm fixed-priced task orde rs not to exceed the base contract amount or $1,000,000. The contracts are anticipated to be awarded in July 2003. The Standard Industrial Classification System Code (SIC) has been replace d 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 gro ss receipts are $4 million or less. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan or that part of th e 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 College or University and Minority institution; and, (3) at least 5% of a contractor's intended subcontract amount be pla ced with Women-Owned Small Business (WOSB), (4) at least 3% of a contractor's intended subcontract amount be placed with Service-Disabled Veteran owned Small Business;. and (5) at least 3% of a contractor's intended subcontract amount be placed with HUB zo nes. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet 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 to this project, current SF 254, and consultant's current SF 254's. Include the firm's ACASS number in SF 255, Blo ck 3b. For ACASS information, call 503-808-4591. Submittals should be mailed or delivered to the following address not later than 1 June 2003, 2 P.M. local time (PST): U. S. Army Corps of Engineers, Seattle District, Attention: Thomas R. DeGonia, 4735 East Marginal Way South, Seattle, Washington 98134-2329. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutel y 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/. 19. DESCRIPTION OF WEB LINK: Seattle District, Corps of Engineers, Contracting Home Page 20. E-MAIL LINK: Thomas.R.DeGonia@nws02.usace.army.mil 21. DESCRIPTION OF E-MAIL LINK: Contract Specialist
 
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
SN00271183-W 20030307/030305213737 (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.