Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

C -- ARCHITECT/ENGINEER SERVICES FOR ONE INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT PRIMARILY FOR THE DESIGN OF ARMY RESERVE AND MILITARY PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES.

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-04-R-0034
 
Response Due
9/3/2004
 
Archive Date
11/2/2004
 
Point of Contact
Tom Dickert, (502) 315-6177
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(tom.e.dickert@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: ARCHITECT/ENGINEER SERVICES FOR ONE INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT PRIMARILY FOR THE DESIGN OF ARMY RESERVE AND MILITARY PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES Contracting Point Of Contact: Tom Dickert (502) 315-6177 GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for a variety of Architec t/Engineer services for various military and Army Reserve projects primarily within the Great Lakes and Ohio River Division mission boundaries. Projects will be awarded by individual task orders not to exceed $1,500,000 with the maximum cumulative contract value being $6,000,000. The estimated construction cost per project is approximately between $100,000 and $25,000,000. The contract period is cumulative and ends three years from date of award. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public L aw 95-507 prior to award of the contract. The current subcontracting goals are 57.2% to Small Businesses, 10.0% to Woman Owned Small Business, 10.0 % to Small Disadvantaged Business, 3% to Veteran Owned Business, and 3% to HUBZone Small Business. These pe rcentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the A/E??????s quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is September 2004. T o be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. The Louisville Dis trict and the U.S. Army Reserve plan to partner this Program. The selected firm will be required to attend annual three-day partnering workshops, to define the Government??????s expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. 2. PROJECT SPECIFIC INFORMATION: Projects may consist of A/E services for horizontal and vertical military and U.S. Army Reserve projects. A/E services may consist of complete designs; concept level designs; d evelopment of design/build requests for proposal; site investigation of existing conditions; engineering services during construction/construction management services; design of demolition; hazardous materials survey, analysis, and abatement methodology; s ustainable design; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various locations; and comprehensive planning that is related to future construction requireme nts on military installations. The required project task orders under this IDIQ contract may include some or all of the following types of building structures: Training Centers (which include: admin, education, assembly, storage, special training & suppor t spaces), Vehicle Maintenance Shops (which include: work bays, admin, special training, storage & support spaces), Stand-Alone Buildings (which include: unheated storage & Direct Support/General Support warehouses). Associated design effort may include: civil site design, controlled waste and flammable storage, demolition, and/or the renovation of existing facilities, environmental compliance, asbestos, lead and PCB surveys and/or abatement & utility investigations. Other functions beyond traditional desi gn may include: the development of ??????simplified design?????? approaches, using Army Reserve Design Criteria to carry out designs for the USAR Full Facility Restoration Program; updating the Army Reserve Design Criteria ?????? this m ay be a part of project specific effort or as requested by the Army Reserve to create or update the specific specifications, and/or graphic data; performance of engineering feasibility studies, site assessments, and DD Form 1391 development related to new USAR projects and project sites; providing construction management services (engineering design during construction, shop drawing review, etc. for Army Reserve construction projects). Construction cost estimating will be accomplished using the Micro-Compu ter Aided Cost Estimating System (M-CACES) software (software and database will be furnished). Specifications must be electronically developed using Unified Facilities Guide Specifications (UFGS), Louisville District Guide Specifications, modified Corps of Engineers Guide Specifications created for the Army Reserve, and Industry Standard Specifications. All specifications shall be edited using SpecsIntact Automated Specification processing system. All project specifications shall be written in the Specs Intact Format. Electronic drawings will be required for all activities. Electronic drawing development will be accomplished using MicroStation Version 8.1 or greater, and preferably using the MicroStation TriForma suite of modeling tools. For specific p rojects, the awarded firm may be required to provide resumes or completed SF330 forms for a certified industrial hygienist, a military master planner, and/or a laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standar ds and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP), as part of the design team. The hygienist must be a Certified Industrial Hygienist (CIH) as certified by the American Board of Industrial Hygienist (ABIH). A laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be available for hazardous material testing as needed. The selected firm will be solely responsible for the designs that they produce, and will become the ??????Designer of Record?????? for each individual project within their contract. Firms should have experience in using the Bentley MicroStation CADD software and with using and writing project specifications in the SpecsIntact processing system. 3: SELECTION CRITERIA: The specific selection criteria (a through d are primary and e though g are secondary) in descending order of importance are as follows and mu st be documented with resumes in the SF 330: a) Professional Qualifications: A resume for two designers and one checker in the following fields; architecture; civil; geotechnical (soil engineering); structural (independent of civil); mechanical; and electrical engineering are necessary with at least two in each field professionally registered in the relevant professional field as an engineer or architect. A resume for one designer and one checker in the following fields: environmental engineering and fire protection is necessary with at least one in each field professionally registered in the relevant professional field as an engineer. Additionally at least one professional, qualified by a combination of education, registration, certification, and/or training is required in each of the following field s; cost estimating, interior design, landscape architecture, life safety, hazardous material inspection and abatement methods, and military master planning. The Interior Designers (resumes for two individuals are required) must both be certified by the Na tional Council of Interior Design Qualifications (NCIDQ), be registered Interior Designers, or registered architects with five years of experience and training in interior design. The fire protection engineer shall be a registered professional engineer wi th a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) A degree in Fire Protection Engineering from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; OR (c) registration in an engineering discipline related to fire protection engineering. The hazardous materials inspector must have successfully completed an EPA approved course for building inspectors and asbestos management planner. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. b) Specialized Experience and technical competence in the expected activities identified above, to include experience on: modular design system or similar kit-of-parts design/build project desig n methodology; projects utilizing ??????Sustainable Design?????? (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization, development of health, safe and productive work environments; and employing the SPiRiT and LEED evaluation and certification methods); anti-terrorism and force protection measures; construction cost estimating using M-CACES; electronic drawing development utilizing a CADD system; (Intergraph Microstation is the required format); and design charret tes as evidenced by the resumes of the key personnel assigned to this project. Only resumes identifying the professionalism and specialized experience of key members of the design team are necessary. Other available personnel may be specified in paragrap h H of the SF330. In addition, the following must be addressed in paragraph H of the SF330; a brief Design Quality Management Plan including an explanation of the firm??????s management approach; management of subcontractors (if applicable); quality cont rol procedures (for plans, specifications, design analysis and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Block H also indicate the estimated percentages involvement of each firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design tea ms to work individual task orders at various locations simultaneously; d) Past performance on DoD and other contracts including cost control, quality work, and compliance with performance schedules; e) Knowledge of the locality of the project; f) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to pe rform this work must submit one copy of the SF 330, Part I, and one copy of SF 330, Part II. for the prime firm. Responding firms must submit a current and accurate SF330, Part II, for each proposed consultant. Any firm with an electronic mailbox respond ing to the solicitation should identify such address in the SF330, Part I. Please identify the ACASS number of the office performing the work in Block 3b of the SF330, Part I. ACASS numbers may be obtained by contacting Portland Corps of Engineers websit e at: http://nwp.usace.army.mil/ct/i or by contacting Portland Office at (503) 808-4591. The SF 330 will be no longer than 100 pages in length (excluding the SF330, Part II??????s) and Block 10 will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF330 to this announcement mus t be received no later than 4:00 p.m. local time on 3 September 2004. No other information including pamphlets or booklets is requested or required: No other general notification to firms under consideration for this project will be made. Facsimile transmi ssions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: Tom Dickert, 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40202.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00634999-W 20040804/040802212247 (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.