Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2005 FBO #1453
SOLICITATION NOTICE

C -- Architect Engineer Services for Indefinite Delivery Indefinite Quantity Contracts Primarily for the Design of Army Reserve and Military Projects within the Great Lakes and Ohio River Division Mission Boundaries

Notice Date
11/16/2005
 
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-AESVCS
 
Response Due
12/16/2005
 
Archive Date
2/14/2006
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL CONTRACT INFORMATION. NAICS code for this procurement is 541330. This announcement is set aside for 8A, Service Disabled Veteran Owned Business, and HUB Zone Small Business firms. The proposed services, which will be obtained by negotiat ed Firm Fixed Price Contracts, are for a variety of Architect Engineer services for various military and Army Reserve projects primarily within the Great Lakes and Ohio River Division mission boundaries. The Louisville District Army Reserve mission is nati onwide. Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the AE firm. Projects will be awarded by individual task orders. The maximum cumulative contract value for each contract is $7 ,500,000. The three year base contract period is for $4.5 million dollars, and the two year option period is for $3 million dollars. The estimated construction cost per project is approximately between $50,000 and $25,000,000. One of each small business ca tegory listed above shall be selected to the highest qualified firm in each category. If there no responding qualified firms from one of the three categories listed above, the second most highly qualified firm from the remaining categories may be selected. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which contractor will be selected to negotiate task orders. Performance and quality of d eliverables under the current contract, current capacity to accomplish the work in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. Significant emphasis will be placed on the AEs quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is January 2006. To be eligible for award, a firm must have a DUNS number and be registered in the DoD Central Contractor Registration (CCR) database, via the C CR 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 Louisville District and the U.S. Army Reserve plan to par tner this Program. The selected firms will be required to attend annual two day partnering workshops, to define the Governments expectations of the AE, create a positive working atmosphere, encourage open communication, and identify common goals. Cost for these sessions will be borne by the selected AE. 2. PROJECT SPECIFIC INFORMATION. Projects may consist of AE services for horizontal and vertical military and U.S. Army Reserve projects. AE services may consist of complete designs; concept level designs; development of design build requests for proposal; Building Information Modeling data development; site investigation of existing conditions; engineering services during construction or construction management services; design of demolition; hazardous mate rials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; and technical studies or analysis in support of design for new construction and renovation projects at various locations; and comprehensive pl anning that is related to future construction requirements on military installations. This contract is primarily intended to carry out the design requirement s of the U.S. Army Reserve (USAR) Full Facility Revitalization (FFR) and Real Property Exchange co nstruction programs. 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: administration, education, assembly, storage, special training and other support spaces); Vehicle Maintenance Shops (which include: work bays, administration, special training, storage &and support spaces); Stand-Alone Buildings (whi ch include unheated storage & Direct Support General Support warehouses); and other Army Reserve and military facilities. Associated design effort may include: civil site design; demolition and/or the renovation of existing facilities; environmental compli ance; NEPA documentation associated with a design project; controlled waste and flammable storage; asbestos, lead and PCB surveys and or abatement and utility investigations. Other functions beyond traditional design may include: the development of simplif ied design approaches, using Army Reserve Design Criteria to carry out designs for the USAR Full Facility Restoration Program and USAR Real Property Exchange Program; updating the Army Reserve Design Criteria this may be a part of project specific requirem ent 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; pro viding construction management services (shop drawing review, site inspection, etc. for Army Reserve construction projects). Construction cost estimating will be accomplished using the Micro-Computer Aided Cost Estimating System (M-CACES) software (softwar e 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. Specifications shall be edited using SpecsIntact Automated Specification processing system, and project specifications shall be written in the Specs Intact Format, unless otherwise allowed by task order. Electronic d rawings will be required for all activities. Electronic drawing development will be accomplished using MicroStation Version 8.5 or greater, and or using the MicroStation TriForma suite of modeling tools. For specific projects, the awarded firm may be requi red 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 Standard s and Technology (NIST) under the Na tional 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 MicroStation CADD software and with using and writing project specifications in the Spec sIntact processing system. Microstation is the required format and must conform to the latest release of Tri-Service A/E/C CADD Standards. 3: SELECTION CRITERIA: The specific selection criteria (a through d are primary and e though f are secondary) in desc ending order of importance 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; structural (independent of civil); mechani cal; 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 engine ering, geotechnical (soil engineering); and fire protection engineering is necessary with at least one in each field professionally registered in the relevant p rofessional field as an engineer. Two resumes for Interior Designers are required, both must be certified by the National Council of Interior Design Qualifications (NCIDQ), or be registered Interior Designers, or registered architects with five years of ex perience and training in interior design. Additionally at least one professional, qualified by a combination of education, registration, certification, and or training is required in each of the following fields; cost estimating, landscape architecture, li fe 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 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 eng ineering 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, certifica tions, 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 with: design build project design methodol ogy; 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 certif ication methods); anti-terrorism and force protection measures; construction cost estimating using M-CACES; electronic drawing development utilizing a CADD system and design charrettes as evidenced by the resumes of the key personnel assigned to this proje ct. Only resumes identifying the professionalism and specialized experience of key members of the design tea m are necessary. Other available personnel may be specified in paragraph 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 firms management approach; management of subcontractors (if applicable); quality control 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 inv olvement 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 perfo rmance on DoD and other contracts to include cost control, quality of the work, and compliance with performance schedules; e) Knowledge of the locality of the project, to include knowledge of local building conditions, permitting and building codes; f) Ext ent of participation of Small Business, Small Disadvantaged Business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIRMENTS: Inter ested 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. Each br anch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF330, Part II, for each proposed consultant. Any firm with an electronic mailbox responding t o 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: c aic.nwp@nwp01.usace.army.mil or by contacting the Portland Office at 503-808-4590. The SF 330 will be no longer than 100 pages in length (excluding the SF330, Part IIs) 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 must be received no later than 4:00 p.m. local time on 16 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: Debbie Lardner, 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40202. Email address is debrauh.m.lardner@lrl02.usace.army.mil. Phone numbe r is 502-315-6181.
 
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
SN00933010-W 20051118/051116212225 (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.