Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2003 FBO #0719
SOLICITATION NOTICE

C -- Architect-Engineering Services for projects at Fort Jackson, SC

Notice Date
11/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-04-R-0004
 
Response Due
12/19/2003
 
Archive Date
2/17/2004
 
Point of Contact
Douglas Metzger, 803-751-2589
 
E-Mail Address
Email your questions to ACA, Fort Jackson
(metzgerd@jackson.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Department of Army at Fort Jackson, SC, requires the services of Architect-Engineer firms for numerous multidiscipline projects under indefinite delivery contracts (IDC). This announcement supersedes the announcement dated June 20, 2003, under solicit ation DABK19-03-R-0006. 1. GENERAL INFORMATION: Two contracts will be awarded as a result of this announcement and will be administered by Fort Jackson for use on federal projects under its jurisdiction and, if requested, for other installations, i.e., Shaw AFB, McEntire ANG, Mc Grady Training Center (Wet Site) SCNG. Only A-E firms within a 100 mile radius of Fort Jackson will be considered for award. Typically, each contract will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years. The total of all task orders during each ordering period may not exceed $275,000. Individual task orders may not exceed $275,000. The total amount of each contract over the three-year ordering period may not exceed $825,000. Non e of the projects is yet authorized and funds are not presently available. Assignment of individual task orders under the contracts with identical scopes of work will be based upon the following factors: (1) Performance and quality of deliverables under ID C contracts, (2) Proximity of the firm to the project site and familiarity with design criteria/codes and construction methods used at the locality, and (3) Current capacity of the firm to accomplish the task order in the required time. The NAICS is 54133 0; size standard $4 million. This announcement is open to all firms regardless of size. Large business firms that intend to do any subcontracting must convey their intent on the SF 255, Block 6, by identifying subcontracting opportunities with small busi ness. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal package. The Small Business Subcontracting Plan will be evaluated in accordance with AFARS 19.7, Appendix CC. 2. PROJECT INFORMATION: Projects anticipated under these contracts will generally be less than $500,000 in construction value. Task orders to be issued under these contracts may include design of new facilities and major renovations related to constructi on, additions and alterations of building, roads, drainage and utility systems, engineering studies, project planning, topographic surveying to support designs, lead-based paint and asbestos sampling/analysis/abatement design, construction phase services i ncluding shop drawings review and preparation of O&M manuals; and cost engineering using MCACES software. All design files must originate in and be delivered in the (*.dgn or *.dwg) format for delivery. All design files will be developed using the Tri Se rvice AEC Standard. The standards include naming convention, file and directory structure, line weights, levels, and colors. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-h are secondary and will be used as tie-breakers among technically equal firms. ****a. Specialized experience and tech nical competence in (1) Design of additions and alterations of building, road, drainage and utility systems, (2) Design of new building, road, drainage and utility systems, (3) Engineering studies and project planning, (4) Topographic surveying, (5) univer sal waste, hazardous waste, lead-based paint and asbestos sampling/analysis/abatement design, (6) Construction phase services including shop drawing review, and preparation of O&M manuals, (7) Originating design files in (*.dgn or *.dwg) format, (8) Cost e ngineering using MCACES software, (9) Prescribing the use of recovered materials and achieving waste reduction and evergy efficiency in facility design (sustainable design), and (10) application of Force P rotection criteria. ****b. Past performance on DoD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF 255 is recommended, ****c. Capacity to accomplish multiple simultaneous task orders and provide staff in the following disciplines: architecture, civil, structural, mechanical, fire protection and electrical engineering, and topographic surveying. Minimum req uired capacity is one professional for architect, structural, civil, electrical, and mechanical. But additional capacity is desirable. Please disregard the *to be utilized* statement at Block 4 of SF 255 and show the total strength of each discipline; how ever, in Column 4.(B), In-House Personnel, only indicate the number of personnel located in the specific office submitting the SF 255. All others, including personnel from branch offices in other locations, are to be indicated as consultants in Column 4( A). ****d. Professional qualifications of key management and design staff for each Architect-Engineer discipline. Block 7 should contain resumes with an indication of professional registration for all required disciplines. ****e. Knowledge of locality as i t pertains to design and construction methods of military projects in the geographic area where the work is anticipated to be accomplished. ****f. Degree of particpation of SB, SDB, WOSB, HBCU or MI as prime contractor, subcontractor or joint venture partn er. **** g. Proximity of the firm to the area of the anticipated work. ****h. Volume of DoD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: All firms desiring consideration must submit one (1) copy of SF 255 (11/92 VERSION ONLY WILL BE ACCEPTED) for prime and one (1) copy of SF 254 (11/92 VERSION ONLY WILL BE ACCEPTED) for prime and each consultant, to the following address: ACA, Directorate of Contracting, ATTN: Doug Metzger, 4340 Magruder Ave., Fort Jackson, SC 29207. FIRMS MUST INCLUDE PRIME'S ACASS NUMBER in Block 3.B)of SF 255. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (br ochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Fi rms responding to this announcement are requested not to transmit this plan with their SF 255. Personal visits for the purpose of discussing this announcement will not be scheduled. POC is Doug Metzger, 803/7511-2589. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Place of Performance
Address: ACA, Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
Country: US
 
Record
SN00470360-W 20031116/031114212232 (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.