SOLICITATION NOTICE
C -- Architect and Engineering Services - Construction
- Notice Date
- 12/1/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W91248-04-R-0002
- Response Due
- 12/30/2003
- Archive Date
- 2/28/2004
- Point of Contact
- Lilia Wood, 270-798-6068
- E-Mail Address
-
Email your questions to ACA, Fort Campbell
(woodl@campbell.army.mil)
- Small Business Set-Aside
- Partial Small Disadvantage Business
- Description
- NA A-E Services for the preparation of design and construction documents including plans, specifications, cost estimates, design analysis, and construction services for various projects primarily within the boundaries of Fort Campbell, Kentucky. The design s ervices that may be required will consist of but not limited to one or more of the following: rehabilitation/construction of buildings, building repairs, additions, upgrades and alterations, road and site improvements, sanitary and storm water systems, ut ility systems, HVAC and plumbing systems, fire protection systems, electrical distribution systems, telecommunication systems, fire alarm systems, asbestos, lead and PCB abatement. Renovation and new construction to include painting; windows and doors; st ructural analysis and design; mechanical work and drainage. An abatement design for hazardous materials encountered in building demolition and renovation. An indefinite delivery contract (IDC) will be negotiated/Fixed-Firm Price and awarded for a period of one base (1) year with four (4) option years. Task orders for both the base and option years shall not exceed $500,000.00 per period, and each task order will not exceed $150,000.00. The cumulative total of all task orders for both the base year and o ption years shall not exceed $2,500,000.00. Task orders for each contract period may be issued for a period of one year from the date of contract award. The Government has the right to exercise an option after the monetary limit is reached prior to the e xpiration of the base year. The Government??????s obligation to guaranteed a minimum amount for payment will apply to the base year and all subsequent option years. The guaranteed minimum is $5,000.00 for each year. This announcement is being solicited on a Partial Set-Aside basis. It is the Government??????s intent to award one (1) contract under the 8a Program/set-aside portion and to award one (1) contract unrestricted/non-set-aside portion. The area of competition is Region 4 for 8(a) set-aside, w hich includes Kentucky, Tennessee, Mississippi, Alabama, Georgia, North Carolina, South Carolina, and Florida. Based upon Government requirement, additional contracts may be awarded to firms over the next twelve (12) month period that responded to this no tice and were determined eligible for negotiation with the Government. Should a large business be selected for this contract, it shall comply with FAR 52.219-9, Small Business Subcontracting Plan, for that portion of work it intends to subcontract. This plan is not required with this submittal, but must be approved prior to award to any large business. For the purpose of determining Small Business size, NAICS 541310 for this acquisition the average annual receipts of concern and its affiliates for the pr eceding three fiscal years must not exceed $4 million. PRIMARY SELECTION CRITERIA: The following are the selection criteria in descending order of importance. A. PROFESSIONAL QUALIFICATIONS: The selected firm must have Architects and Engineers with pr ofessional registration (registration/license numbers and date of registration) shall be provided in Structural, Mechanical, Electrical, and Environmental Engineering capabilities including Topographical and Geo-technical Surveying capabilities are require d. The firm must also identify a Fire Protection/Detention Specialist/Engineer Certified Industrial Hygienist, (Certification Number and Date Received Required), Lead/Asbestos Abatement Inspector, Specification writer, and Cost Estimator. Maintenance and repair design experience and new construction design experience is required. Familiarity with Military Design is preferred for major disciplines. Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure q uality control. The firm shall submit a Quality Assurance/Quality Control Plan as part of their submission. The firm shall identify the quantity and number of personnel in each discipline available in their working office. Only resumes identifying the professional and specialized experience of the design group are necessary. Other available personnel may be specified in paragraph 10 of SF 255. B. SPECIALIZE D EXPERIENCE AND TECHNICAL COMPETENCE: Previous experience with design of projects on military installation preferred. Experience in the preparation of Project Funding Justification Document (DD1391) is also preferred. Past experience with the Corp????? ?s M-CACES is required. In addition, firms should indicate they are responsible for obtaining current copies of HQUSACE specifications at their own expense for preparation of the project specifications. Specifications must be electronically developed usi ng Guide Specifications (CEGS). Certain sections will be specific for Fort Campbell. C. CAPACITY TO ACCOMPLISH WORK: Firm must demonstrate the ability to complete work within the required time frame specified for each individual task order, including m ultiple task orders. D. PAST PERFORMANCE: Provide examples of project specific work, including past and/or current IDC??????s, with Department of Defense (DoD) and other Government Agencies and/or private industry. Provide any recent ACASS evaluations, (excellent performance evaluations on projects that have recently been completed will be considered) or letters of recommendation. Provide specific examples of cost control, quality of work and compliance with performances schedules on past projects. In clude a Point of Contact with current telephone/fax numbers for each contract/project listed in BLOCK 8c of the SF 255. E. GEOGRAPHICAL LOCATION. Knowledge of the locality of the Fort Campbell boundaries. SECONDARY SELECTION CRITERA: A. VOLUME OF W ORK previously awarded to the firm by the Department of Defense. B. GEOGRAPHICAL PROXIMITY Physical location of firm in relation to the project. SUBMISSION REQUIREMENTS: The SF 255 shall contain no more than 15 projects for the prime and any subcontrac tors combined. This is not a Request for Proposal (RFP). All requirements of this announcement MUST be met for a firm to be considered responsive. These guidelines should be closely followed since they constitute procedural protocol in the manner which the selection process is conducted. Closing date for submitting on 11-92 version of SF 254 and SF 255 is 30 December 2003 and must be received at the address indicated below, NO EXCEPTIONS. Submittals received by FAX will not be accepted and considered n onreponsive. Prior to the final selection, firms considered Most Highly Qualified to accomplish the work may be interviewed by telephone or by formal presentation. Submit copies of submittals to: Directorate of Contracting, Construction/Engineer Divisio n, ATTN: Debbie Rapp, 2176 13-1/2 Street, Fort Campbell, Kentucky 42223-5358, (270) 798-0121.
- Place of Performance
- Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
- Zip Code: 42223-5358
- Country: US
- Zip Code: 42223-5358
- Record
- SN00479124-W 20031203/031202075249 (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 |