Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOLICITATION NOTICE

C -- Architect-Engineer Services are required for the Congressional Parcel at Fort Meade, Maryland

Notice Date
7/15/2005
 
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-0054
 
Response Due
8/15/2005
 
Archive Date
10/14/2005
 
Small Business Set-Aside
N/A
 
Description
a. Contract Information: Architect-engineer services required for a Firm Fixed Price contract for the preparation of Master Plan updates and Related Studies, Design of new facilities including site work, buildings, Interior Design, Fit-Up Design, Re lated Studies and Support During Construction, commissioning of equipment, move-in and start-up services, preventive maintenance plans, associating relocation, refurbishing and procurement logistics. This announcement is open to all businesses regardless of size. Award of this contract is anticipated in December 2005. The estimated AE fee is in the range of $5M-$10M. b. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal w ill be required, consistent with Section 806 (b) of PL 100-180, PL 95-507, and 99-661. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% should be placed with Small Disadvantaged Busin esses (SDB), to include Historically Black College and University or Minority Institutions, 10% with Women Owned Businesses, 3% with HUBZone Small Businesses, 3% with Veteran Owned Small Businesses, and 3% with Disabled Veteran Owned Small Businesses. Ba ltimore District (CENAB) encourages all small businesses to participate as primes and should consider teaming with other small businesses. 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 fiscal years. It is imperative that all small disadvantage businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certi fication, neither a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. 2. PROJECT INFORMATION a. The Architect of the Capitol (AOC) is responsible for administering the 100 acre Congre ssional Parcel at Fort Meade, MD. Currently Book Storage Modules 1 and 2 are complete. Other facilities have been designed. Additional facilities are planned for the parcel for various uses including but are not limited to offices, receiving, process, a nd storage areas with temperature and humidity requirements as stringent as 50 degrees Fahrenheit and 30% relative humidity. Also, the parcel infrastructure will be expanded. A Master Plan update is underway and periodic updates will be required. The ma jority of the projects will be storage facilities  book storage and warehouses  and site improvements. The Baltimore District is assisting the AOC in the design, advertising and construction of facilities on the parcel. The designs must meet the Design Manual and Design Standards of the Architect of the Capitol with the exception that the specifications are in the United Facilities Guide specifications format. Review comments are done using the Project Net/DrChecks system. The estimated construction v alue is in the range of greater than $100M. Completed documents shall include detailed construction plans, specifications, design analysis, estimate of construction cost, related administrative data, and others. Master Planning documents prepared and sub mitted in accordance Architect of the Capitols requirements. b. The AE firm select?ed shall provide the final design products in the following CADD format: Microstation. The design is not required to be performed using a specific CADD system. However, the AE will be required to provide any digitizing and/or translation services necessary to deliver the final design products in the aforementioned CADD format. 3. SELECTION CRITE?RIA: See note 24 for general selection process. Additional special criteria include the following: a. Performing quality designs on multidiscipline projects with tight design schedules meeting an array of codes and permits. b. All resp onding AE firms must provide discussion of their ability to provide the final design products in the indicated CADD format. c. Specialized experience with design and construction support services of offices, warehouses, rooms with special environmental re quirements such as 50 degrees Fahrenheit and 30% relative humidity, super flat floors, centralized electrical and mechanical facilities, applicable building codes, National Archives and Records Administration Standards, Maryland Department of the Environme nt Regulations. d. Professional qualifications necessary for architecture; civil, electrical, fire protection, geotechnical, mechanical and electrical engineering; landscaping; plumbing; code analysis; cost estimating; interior design; energy management controls; and master planning. e. A security clearance is not required. f. A local presence in the metropolitan Washington DC area is required. g. Cost estimates will be prepared using the Success Program. 4. SUBMISSION REQUIREMENTS: Firms desiring co nsideration shall submit appropriate data as described in Numbered Note 24. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed Standard Form (SF) 330 for Architect-Engineer Qualificat ions which became effective 8 June 2004, and replaces SFs254/255. The form has two parts: Part I  Contract-Specific Qualifications, and Part II General Qualifications. Although there has been a slight delay in the implementation, firms interested in the electronic submission of the Standard Form 330 part II will soon be able to submit it to the Business Partner Network (BPN) at www.bpn.gov. For a logon and password, firms will use their DUNS number and the Marketing Partner Identification Number (MPIN) t hey selected when registering on the CCR web site, www.ccr.gov. Part II is prepared on a branch office basis, which aligns with the assignment of DUNS Numbers. Submission of the SF330 Part II to the BPN is voluntary. However, it will increase a firms vi sibility in the Federal marketplace and may lead to opportunities for contracts that are exempt from public announcement. Do not submit a SF 254 or a SF 330 Part II to the Architect Engineer Contract Administration Support System (ACASS). ACASS will be mo dernized in late 2004 to retrieve the SF330 Part II data from BPN and make it available to contracting agencies. Until then, agencies will require A-E firms to submit Part II with Part I when responding to a solicitation of A-E Services. A Part II is req uired for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. After ACASS is modernized, contracting agencies have the option of requesting firms submit Part II with Part I or retrieving Part II from ACASS if a firm has one on file in BPN. You may direct any policy questions on the SF330 Part II to Marilyn Nedell at the ACASS Center at (503) 808-4590, or by email at Marilyn.B.Nedell@usace.army.mil Use the help feature on BPN for general questions about the use of BPN. You shall include in your SF 330 Part I and Part II package, ten (10) projects for which the firms have completed the design and construction phase services. Please submit your SF330 Part I and Part II to the U.S. Army Corps of Engi neers, ATTN: CENAB-CT-A, (Sharon Roland), Room 7000, 10 S. Howard Street, Baltimore, MD 21203-1715 not later than 15 August 2005 at 3:30 PM. For questions, write via internet, Sharon.roland@nab02.usace.army.mil. In order to comply with Debt Collection Imp rovement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a federal contract. For information regarding registration, contact: CCR Web site at www.ccr.gov Solicitation packages ar e 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
SN00848463-W 20050717/050715212424 (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.