Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
SOLICITATION NOTICE

C -- TWO INDEFINITE DELIVERY-TYPE (MASTER PLANNING) CONTRACTS, US ARMY, ABERDEEN PROVING GROUND, MD, BUT MAY BE USED BY OTHER GOVERNMENT AGENCIES WITHIN THE INSTALLATION MANAGMENT AGENCY'S NORTHEAST REGION.

Notice Date
6/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-04-R-0048
 
Response Due
7/7/2004
 
Archive Date
9/5/2004
 
Point of Contact
Charlene V. Brown, 410-962-5626
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(charlene.v.brown@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect-Engineer (A/E) services are required for two indefinite delivery-type (IDTC) master planning contracts. These services are for Aberdeen Proving Ground, MD, but may be used by other government agencies within the Ins tallation Management Agency??????s Northeast Region with the approval of Aberdeen Proving Ground and the government Contracting Officer Representative (COR). The contract will provide for architectural, engineering and planning services involving all aspec ts of military master planning, including the real property management system, environmental and economic analyses, GIS, NEPA and cultural resource compliance, 1391 development, planning charrettes and preparation of documents in support of of the master p lan. Tasks will be described in individual delivery orders issued at the request of Aberdeen Proving Ground APG). A firm, fixed-price contract will be negotiated for each delivery order. The total of each contract shall not exceed $3,000,000.00 and not to exceed a three year period. This procurement is unrestricted and therefore is open to all businesses regardless of size. For small business purposes the size standard is $4,000,000.00 average annual receipts over the last three (3) fiscal years. The North American Industry Classification Code (NAICS) is 541330. The contract awards will be staggered. At least one of the two contracts is anticipated to be awarded in the fourth quarter of FY 2004. The second contract will be awarded within 6 months of the sel ection. SUBCONTRACTING PLAN REQUIREMENTS: If a large business is selected, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 45% of any subcontracting dollars shall be placed with small business (SB)concerns. At least 20% of the total planned subcontracting dollars shall be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions, a nd 10% with small, women-owned businesses (WOSB), 3% shall be placed with HubZone Small Businesses (HubSB), 3% with Veteran-owned small business (VOSB) and 3% with Service Disabled Veteran-owned small business (SDVOSB). The plan is not required with this s ubmittal. 2. PROJECT INFORMATION: Specific tasks may include but are not necessarily limited to performing or developing: long range components; short-range components; capital investment strategies; installation design guides; real property management plan digests; facility utilization studies; TAB updates; ASIP verifications; land use plans; site investigations; minor designs; surveying, aerial photography and related mapping; DD forms 1391; planning charrette reports; utilities and storm water management assessme nts; transportation management plans and traffic assessments; contingency assessments (for expansion/contraction of installation); future development plans; Enhanced Use Leasing plans and all necessary associated documentation; facilities requirements anal yses; landscape development plans; building information schedules; ICUZ studies (noise impact); communication plans; energy plans; fire and life safety studies; National Environmental Policy Act NEPA)compliance, including preparation of environmental asses sments (EA) or impact statements EIS, and associated NEPA public disclosure & coordination procedures; natural and cultural resources management planning and National Historic Preservation Act (NHPA) compliance management planning (i.e., Section 106 and 11 0 procedures); physical security and force protection plans (in accordance with DoD regulations); Computerized Maintenance Management System (Maximo) management; and quality of life programs. The A/E will also be required to conduct development and sustain ment of GIS and related databases and networking. Ongoing system maintenance as well as long-term GIS improvement and refinement will be major tas ks under this contract. Intergraph MGE (modular GIS environment) using an Oracle database is the GIS platform at APG. The AE must also have the capability, knowledge, and experience in developing and maintaining a GIS in ArcInfo and Oracle Spatial. The sel ected A/E will produce products that are identical with the DIO's systems & software, including MicroStation (.DGN format), MGE, Oracle database, MS OFFICE Suite 2000 and the Army's Integrated Facilities System (IFS), and the Computerized Maintenance Manag ement System (CMMS), Maximo. Minor designs are intended to be as a result of customer requested studies. These follow-on designs are intended for such aspects as security improvements, access control points, small buildings such as shelters, guard statio ns, etc. Vertical designs will not be awarded through these contracts. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of descending importance: (1) Knowledge, recent relevant experience, and technical competence in conducting Army master planning in accordance with current Department of the Army master planning regulations and guidance, including AR 210-20, Master Planning for Army Installations, and other references cited therein; (2) Knowledge, recent relevant experience and technical co mpetence in using Army legacy systems such as RPLANS, IFS, ISR, FPS, and ASIP to aid in military master planning; (3) Recent relevant experience and technical qualifications in GIS data development, operation and sustainment, and associated database and ne twork management for multiple users. A/E must demonstrate experience using GIS to maintain the Master Plan as a living document. The A/E shall also demonstrate applications instituted from data of a completed GIS project; (4) Knowledge of the 1391 developm ent process and the facilitation of planning charettes; (5) Capacity of the A/E to accomplish the magnitude of work necessary to support the Installation in the processing of their facility management, master planning, and programming missions. The A/E mus t be capable of responding to multiple work orders concurrently, and be highly skilled and capable of leading APG in the development, improvement and sustainment of the GIS. (6) Qualified professional personnel in the following key disciplines: urban/commu nity planner, architect, landscape architect, surveyor, GIS Expert, GIS technician, CADD expert, cost estimator, ecologist, biologist, archeologist, historic and cultural resource analyst, and fire protection specialist. Registered or certified professiona ls are required in the following disciplines: planning; civil, mechanical, structural, electrical, and cost engineering; surveying; architecture, landscape architecture, and industrial hygiene. The evaluation will consider overall and relevant experience, education, training, registration and certification. (6) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (8) Volume of DOD contract awards in the last 12 months as descri bed in Note 24. (9) Possession of secret clearance and approved secret document storage facilities, or ability to obtain. (10) Ability to obtain camera pass for taking photos of various facilities or areas of the installation as needed to complete projects . 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capability to perform this work must submit one copy of SF 255 (11/92 edition) for the proposed team and one copy of SF 254 (11/92 edition) for the p rime firm and all consultants to the Baltimore District at the address below not later than 4:00 PM June XX, 2004. The Baltimore District does not retain SF 254's on file. The SF 255 and SF 254 shall clearly indicate the staffing of the offices indicated t o do the work. In SF 255, block 3b, provide the prime's ACASS number. The ACASS numbers for consult ants is required in Block 6. If your firm does not have an ACASS number, it can be obtained from the Portland District Corps of Engineers ACASS database section by calling 503-808-4591. In SF 255, block 10; provide the management plan and the names and tel ephone numbers of clients as references on three most recent projects of the type relevant to military master planning. In SF 255, Block 9; provide contract award dates for all projects listed in that section. In SF 255 block 10, indicate status of possess ion of secret clearances. Telephone interviews will be conducted with the short-listed firms. Submit all responses to: U.S. Army Corps of Engineers, City Crescent Building, ATTN: Charlene V. Brown, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Contracting questions may be directed to Charlene V. Brown@nab02.usace.army.mil or (410) 962-5626. Technical questions should be directed to Mr. Frank A. Cirincione, 410-962-4170 or via email at Frank.A.Cirincione@nab02.usace.army.mil . In order to compl y with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. A paper copy may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414 or Contact CCR web site at http://www.acq.osd.mil/ec. Solicitation packages are not provided. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00599504-W 20040609/040607212125 (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.