Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2004 FBO #1095
SOLICITATION NOTICE

C -- C  Indefinite Delivery (Master Planning and Related Engineering Services) Contract for the Baltimore District and the National Geospatial-Intelligence Agency (NGA), Bethesda, MD but may be used throughout the North Atlantic Division

Notice Date
11/23/2004
 
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-05-R-0007
 
Response Due
12/23/2004
 
Archive Date
2/21/2005
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect-Engineer services are required for one (1) Indefinite Delivery Master Planning and related Engineering services contract to support the Baltimore District U.S. Army Corps of Engineers and the National Geospatial-In telligence Agency (NGA), but may be used throughout the North Atlantic Division. This contract is for a cumulative total of $3,000,000.00 over a three year period. This procurement is unrestricted and, therefore, open to all businesses regardless of size . Contract task orders will be firm fixed price. The anticipated award is February 2005. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent w ith Section 806 (b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with Small disadv antaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 10% with Women-owned small businesses (WOSB); 3% shall be placed with Hubzone Small Businesses (HubSB), 3% with Veteran-owned small businesses (VOSB) ; and 3% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. The North American Industry Classification Code (NAICS) is 541330. The size standard for this procurement is $4,000,000.00 average annual receipts over the last 3 years. 2. PROJECT INFORMATION: The contract is to provide military planning and design services for the preparation of documents in support of master planning activities for National Geospatial-Intelligence Agency and other requirements in the North Atlantic Division. The planning will lead to military construction projects. Design efforts, if any, will be in support of master planning projects. It is anticipated that design efforts will be focused on conceptual plans, small structures, i.e., guard houses, with related site development aspects, and similar minor projects. Significant designs with full plans and specifications will not be undertaken with this contract. Firms will be judged on their experience wit h the required services. Firms must demonstrate project experience with such master planning related items as: Preparation of conceptual site and facility studies; Land use planning; National Environmental Policy Act (NEPA) compliance activities; Prepara tion of NEPA documents (environmental assessments, environmental impact statements, etc.); NEPA public coordination, disclosure procedures; Long and short-range analyses; Capital investment strategies and programs; Communications/telecommunications plannin g; Physical security, Anti-Terrorism/Force Protection requirements; DD Forms 1391 and planning charrettes; Sustainable design concepts and guidelines (Sustainable Project Rating Tool, aka: SPiRiT, Leadership in Energy and Environmental Design, LEED); Proje ct development brochures; Utilities and storm water planning and management assessments; Transportation, traffic assessments and related management plans; Contingency planning and alignment studies (expansion, contraction, relocation, etc.); Surveying, aer ial photography, and related mapping; Installation design guides, urban design framework studies, design guidelines; Facilities requirements analyses; Space utilization studies; Landscape development planning; Noise impact studies; Natural resources manage ment and planning; Cultural resources management and planning; National Historic Preservation Act (NHPA) compliance management and planning (i.e., Sections 106 and 110) procedures; Experience working with various review, regulatory, permitting agencies inc luding National Capital Planning Commission and submission requirements and procedures; Conduct of public information meetings and workshops. The AE shall provi de experience relating to development and sustainment of GIS and related databases and network systems. Periodic or on-going system maintenance as well as long-term GIS improvement and refinement are potential tasks within this contract. Firms must demon strate experience with GIS support and DOD and DA standards including but not limited to documenting geospatial data (i.e., surveying and mapping) with geospatial metadata as required by Executive Order 12906. NGA information and spatial management softwa re includes the latest versions of Environmental Systems Research Institute (ESRI) ARCVIEW software; Computer-Aided Facility Management System (CAFMS) is supported by ARCHIBUS. Drawings are maintained in AUTOCADD. 3. SELECTION CRITERIA: See note 24 for general selection process. The selection criteria are listed below in order of descending importance: (1) Demonstrated recent relevant experience, knowledge and technical competence in military master planning. Military master planning experience shall b e in accordance with current Department of Defense and Department of the Army master planning and space planning regulations and guidance, including AR 210-20, Master Planning for Army Installations, and other references cited therein. (2) Recent relevant experience and technical qualifications in GIS data development, operation and sustainment, and associated database and network management for multiple users. AE must demonstrate experience in using GIS to maintain the master plans as living documents. (3 ) Capacity of the A/E to accomplish the magnitude of work necessary to support the agency in the processing of facility management, master planning, and programming missions. The A/E must be capable of responding to multiple work orders concurrently, and be highly skilled and capable of leading in the development, improvement, and sustainment of agency capabilities. (4) Qualified professional personnel in the following key disciplines: Urban/community planning; architecture, engineering, environmental spec ialist, landscape architecture, surveying, GIS expert, GIS technician, CADD expert, cost estimator, ecologist, biologist, economist, archeologist, fire protection specialist, historic and cultural resource analyst. Registered or certified professionals are required in the following disciplinesplanning, civil, mechanical, electrical, structural engineering, architecture and landscape architecture. The evaluation will consider overall and relevant experience, education, training, registration, and certifica tion. (5) Recent relevant experience in the Washington DC Metropolitan area, National Capital Region, coordinating with local, regional, state, federal regulatory agencies including NCPC, CFA, ACHP, and state historic preservation officers and knowledge of and familiarity with requirements of respective submission, review, approval processes. (6) Location of the firm and subcontractors in relation to the agency and ability to accomplish task orders throughout the continental U.S. The geographic location of the prime and its consultants in the National Capital Region is desirable to minimize travel and response time. (7) Possession of secret security clearance and approved secret document storage facilities, or the ability to obtain same. (8) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (9) Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general sub mission requirements. Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each consultant to the address below, no later than t he close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. Include the firms ACASS number for the prime firm, if available, on the SF 330, Part I, Block B. On the SF 330, Part I, Block C, provide the ACASS number of each consultant, (if available). If your firm does not have an ACASS number, it can be obtained from the Portland District Corps of Engineers ACASS database by calling (503) 808-4591. On the SF 330, Part I, Block F, provide title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Nichol Fitzpatrick, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Frank Cirincione (410) 962-4170 or frank.a.cirincione@nab02.usace.army .mil. Contracting questions can be directed to Mrs. Nichol Fitzpatrick (410) 962-2281/Ms. Mary A. Riche (410) 962-4880 or nichol.fitzpatrick@nab02.usace.army.mil. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must b e registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4 725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. 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
SN00712416-W 20041125/041123212116 (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.