Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
SOLICITATION NOTICE

C -- ARCHITECT/ENGINEER SERVICES FOR UP TO TWO 8A INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACTS PRIMARILY FOR THE DESIGN OF VARIOUS CIVIL/MILITARY PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES.

Notice Date
11/3/2005
 
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-06-R-0015
 
Response Due
12/5/2005
 
Archive Date
2/3/2006
 
Small Business Set-Aside
8a Competitive
 
Description
1.GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is set aside for 8A firms. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for a variety of Architect/Engineer s ervices for various military, civil works and Army and Air Force Reserve projects primarily within the Great Lakes and Ohio River Division mission boundaries. Projects will be awarded by individual task orders with the maximum cumulative contract value bei ng $3,000,000 per contract. 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. Significant emphasis will be placed on the A/Es quality co ntrol procedures, as the District will perform the Quality Assurance role only. Estimated start date is February 2006. To 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. Register to provide representations and certifications at http://orca.bpn.gov.The following factors will be used in deciding which contractor will be selecte d to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience and equitable distribution of work among the contractors. The top ranked firm will be awarded the first contract and the second ranked firm will be possibly be awarded the second contract. If necessary, secondary selection criteria, e-f listed below, will be used as a tiebreaker after evaluation of the primary criteria is completed. All contract awards will be made within nine months from the date of this synopsis. 2. PROJECT SPECIFIC INFORMATION: Projects may consist of A/E services for horizontal and vertical military and U.S. Army Reserve projects as well as civil wo rks projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; site investigation of existing conditions; engineering services during construction/construction management services; desi gn of demolition; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various lo cations; and comprehensive planning that is related to future construction requirements on military installations. 3: SELECTION CRITERIA: The specific selection criteria, a through d are primary and e though f are secondary, in descending order of impo rtance are as follows and must 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 civ il; 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: hydraulic, independent of civil, environmental engineering and fire protection is necessary with at least one in each field professionally registered in the relevant professional field as an engineer. Two resumes are required for interior designers; both must be ce rtified by the National Council of Interior Design Qualifications, NCIDQ, OR be registered Interior Designers, OR registered architects with five years of experience and training in interior design. Additionally at least one professional, qualified by a co mbination of education, registration, certification, and/or training is required in each of the following fields; cost estimating, landscape architecture, life safety, hazardous material inspection and abatement methods, and military master planning. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the f ollowing 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, tr aining, 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: design/build projects; projects utilizing Sustainab le 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 harmf ul substances in facilities construction and operation; efficiency in resource and materials utilization, development of healthy, 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 charrettes as evidenced by the resumes of the key personnel assig ned 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 paragraph H of the SF330. In addition, the following must be address ed in paragraph H of the SF330; a brief Design Quality Management Plan including an explanation of the firms management approach; management of subcontractors, if applicable; quality control procedures for plans, specifications, design analysis and electr onic 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 perc entages 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 teams to work individual task orders at various locations simultaneously; d . Past performance on DoD and other contracts including cost control - control of design costs and success in designing within the projects programmed funding, quality work, and compliance with performance schedules; e. Knowledge of the locality of the p roject; to include local building codes, geological features, environmental and climatic conditions 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 perform this work must submit one copy of the SF 330, Part I, and one copy of SF 330, Part II for the prime firm. Branch offices that will play a k ey role in the project must also submit an SF 330 Part II for each participating branch office. An SF 330 Part II must be submitted for each proposed subconsultant. Responding firms must submit a current and accurate SF330, Part II, for each proposed consu ltant. Any firm with an electronic mailbox responding 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 website at: caic.nwp@nwp01.usace.army.mil or by contacting Portland Office at 503-808-4590. The SF 330 will be no long er than 100 pages in length - excluding the SF330, Part IIs - and Block H will be 10 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 the selection. All response s on SF330 to this announcement must be received no later than 4:00 p.m. Louisville time on 5 December 2005. 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 transmissions 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: T om 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
SN00925959-W 20051105/051103212201 (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.