SOLICITATION NOTICE
C -- Indefinite Delivery (Construction Management) Contracts for the Baltimore District, but may be used throughout the North Atlantic Division
- Notice Date
- 5/4/2005
- 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-0049
- Response Due
- 6/3/2005
- Archive Date
- 8/2/2005
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: A-E services are required for up to three Indefinite Delivery construction management contracts that may be used by the Baltimore District and throughout the North Atlantic Division. This announcement is open to all busine sses regardless of size. These will be independent contracts with a maximum total value of $3,000,000.00 each. This is not a multiple award scenario as defined under FASA. The contracts will be for a 12-month period and will have options to extend the co ntract for two additional periods of 12 months each. Individual task orders will not exceed $1,000,000.00 per period. The contract amount for the base period and any option period will not exceed $1,000,000.00 each. An option period may be exercised whe n the contract amounts for the base period or preceding option period has been exhausted or nearly exhausted. Contracts will be firm-fixed-price. When one or more AE Indefinite Delivery contracts with similar scopes of work exists, the basis for selecti ng an AE for a particular delivery order will be based on several factors. Among these factors are current capacity of the contracts, ability of the AE to perform the task in the required time, any unique specialized experience that the AE can offer, and performance and quality of deliverables under the AE's current IDC, along with customer responsiveness. While this process is necessarily a subjective process, the intent of this contract is to satisfy customer needs in an expeditious and cost effective m ode. Contracts may be issued up to twelve months after selection approval and will be issued based on the order of ranking of the firms by the selection board. The number of contracts that will be issued will be dependent on the amount of work that will be required. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100 180, 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 disadvantaged businesses, to include Historically Black Colleges and University 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 and 3% with Service Disabled Veteran-owned small businesses. The subcontracting plan is n ot required with this submittal. The North American Industry Classification Code (NAICS) is 541330. For small business purposes the size standard is $4,000,000.00 average annual receipts over the last 3 fiscal years. 2. PROJECT INFORMATION: Provide No n-Personal Construction Management Support Services for the Construction Division, Baltimore District, U. S. Army Corps of Engineers, Baltimore, Maryland. Firms shall furnish all construction management support services and associated travel and subsisten ce necessary to assure construction contractor compliance with contract drawings and specifications for assigned construction projects of Construction Division Branch offices as defined in the Scope of Work. The services may include all or any of the follo wing tasks: (1) Preparation and/or review of construction cost estimates; (2) Construction contractor claim and delay/impact analyses; (3) Biddability and constructability reviews of pending projects; (4) Specialized quality assurance testing; (5) Civil, e lectrical and mechanical (including elevator) testing and inspection; (6) Specialized Technical consulting assistance; (7) Specialized Survey Operations; (8) Specialized Environmental Science Technical consulting assistance; (9) Complete Construction Manag ement and Quality Assurance assistance for a variety of construction, dredging, and earthwork projects. The selected firms will work with the Corps of Engineers to determine that construction work placement and the construction contractor's administration meets all contract requirements. 3. SELECTION CRITERIA: The criteria which will be the basis for selection of firms are described as the following: A. (1) The firm's management approach the ability to place highly qualified and knowledgeable personnel in field management on Construction projects and in office engineering and modification preparation into an area office very quickly; (2) The firm's past exp erience in the preparation of construction estimates, preparation or analyst of schedules and the preparation and analyst of claims; (3) Personnel qualifications (all contractor personnel must be U.S. citizens); (4) Past Performance on similar contracts in terms of quality control as assurance, cost control, and meeting established schedules and the ability to prepare construction estimates, prepare or analyze schedules and prepare or analyze claims; (5) Capacity to perform task directives within prescrib ed time; and (6) Compatibility with the District's IBM PC compatible system for scheduling and network analysis, primarily Primavera. B. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders concurrently. The ability to provide resources to all areas in the Baltimore District plus to a limited degree to all of the North Atlantic Division. The key disciplines that are required are: Reg istered and licensed personnel for the following disciplines: Architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, and industrial hygienist (in lieu of a r egistered fire protection engineer, a registered architect or a registered engineer whose principal duties are fire protection engineering and who is a full member in good standing of the Society of Fire Protection Engineers will be accepted), and (2) cert ified cost engineers and scheduling specialist. The evaluation will consider each persons education, training, overall and relevant and longevity with the firm. the availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders concurrently. C. Work Management: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organ ization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any significant consultants on similar projects. D. Past performance on DOD and other contracts with respe ct to cost control, quality of work, and compliance with performance schedules. E. The firm shall discuss in the SF 330 how these services will be obtained for a particular task order. F. Volume of DOD contracts awarded in the last 12 months as describe d in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission 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) and Part II of the SF 330 mu st be submitted for each consultant to the address below no later than the 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 bus iness 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, provide the ACASS number of each consultant, if available. If your firm does not have an ACASS number it can be obt ained 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: Mary A. Riche, CENAB-CT-A, Rm 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr . Rick Calloway, rick.calloway@nab02.usace.army.mil , (410) 962-4838, or Mr. John Rogalski, john.t.rogalski@nab02.usace.army.mil, (410) 962-4789. Contracting questions can be directed to Mary A. Riche, mary.a.riche@nab02.usace.army.mil,(410) 962-4880. In o rder to comply with the Debt Collection Improvement Act of 1996, all contractors must be 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 269-961-4725. 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 locat ion. 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 1-86 6-705-5711. Solicitations 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
- Zip Code: 21203
- Record
- SN00800929-W 20050506/050504212244 (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 |