Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (ID/IQ) CONTRACT FOR MASTER PLANNING AND ENVIRONMENTAL SERVICES AT SITES IN OCONUS FOR SUPPORT OF MISSILE DEFENSE AGENCY REQUIREMENTS

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-07-R-0019
 
Response Due
4/16/2007
 
Archive Date
6/15/2007
 
Small Business Set-Aside
N/A
 
Description
Opening Date: 09 March 2007 Closing Date: 16 April 2007 ANNOUNCEMENT W912GB-07-R-0019 for INDEFINITE DELIVERY/INDEFINITE QUANTITY (ID/IQ) CONTRACT FOR MASTER PLANNING AND ENVIRONMENTAL SERVICES AT SITES IN OCONUS FOR SUPPORT OF MISSILE DEFENSE AGENCY REQUIREMENTS 1. TYPE OF CONTRACT: The US Army Corps of Engineers, Europe District, hereby solicits for up to two (2) General A-E Services Indefinite Delivery/Indefinite Quantity Contracts (IDIQ) to be procured in accordance with the Brooks Act (Public Law 92-582, as amended (40 U.S.C. 541-544) and Federal Acquisition Regulation Part 36. Architect-Engineer (A-E) services are required for the master planning and preparation of design criteria, architectural engineering designs, specifications, design-related analyses a nd studies, economic analyses and cost estimates for various facilities, including missile launch, radar, test, evaluation and training facilities located within the Europe Area of Responsibility. Specifically, the work may include, but not be limited to, new or rehabilitation designs of Missile Defense tactical and supporting facilities, including control buildings, workshops, power plants, communications facilities, administration buildings, and various other facilities; as well as new and rehab road wor k, utility work, force protection and building systems work. Additional support may include environmental documentation, permits, special studies, and other environmental activities as required by federal and host nation laws and regulations; feasibility studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-built drawings, and engineering and design during construction. This is an indefinite delivery/indefinite quantity (IDIQ) co ntract which will be implemented by the Governments issuance of task orders under this contract. Up to two (2) contracts will be awarded with a base period of three (3) years. The total value for each contract will not exceed $6,000,000. Negotiated tas k orders shall be awarded against the contract not to exceed the contract amount. Task orders will be awarded as Firm Fixed Price (FFP). The Europe District may have other similar contracts. Contractors will be afforded a fair opportunity to be consider ed for each task order. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate a task order: performance and quality of deliverables under current contracts, if any, current capacity to acco mplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. This contract will be awarded in the 4th quarter of Fiscal Year 2007. To be eligible for contract award, a firm must be regi stered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Information Center at +800-334-3414. 2. GENERAL INFORMATION: Multi-disciplined A-E services are required for general engineering, master planning, environmental studies and design of various U.S. military and environmental projects primarily within the Europe District / USEUCOM area of resp onsibility, but may also include projects anywhere USEUCOM or other US Forces have a mission. Architect-Engineer (A-E) design services, from initial site investigation through engineering services during construction, may be required to support Ballistic Missile Defense System (BMDS) new or rehabilitation designs. The designs may require contractor experience in radar, missile launch, and supporting facilities. Projects will be located outside the continental United States (OCONUS). Services will require the need to consider OCONUS sites and applicable host nation design codes and standards. The contractor shall be responsible for accomplishing designs and preparing drawings usin g computer-aided design (CAD) and delivering drawings in MicroStation software, electronic digital format. The contractor shall have the ability to perform Value Engineering (VE) studies and prepare facility Operations and Maintenance (O&M) manuals. Fina l drawings and specifications shall be delivered in a format compatible with the Corps of Engineers Europe District electronic bidding system. The Government will only accept the final product that is fully operational, without conversion or reformatting, in the target software format, and on the target platform specified herein. The target platform is a personal computer, with a Windows operating system. Cost estimates must be prepared using standard formats in commonly used programs. Other reports and documents shall be provided the appropriate Microsoft Office component format. Work shall be submitted in hard copy as well as digital format. Drawings shall also be submitted in reproducible hard copy and electronic formats. The estimated cost for eac h task order ranges from $10,000 to $2,000,000. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance with criteria a and b being essentially equal. Criteria a through h are primary. Criterion i is secondary and will only be used to break ties between firms that are essentially technically equal. a. Specialized Experience and Technical Competence: Submittals must demonstrate the teams specialized experience and technical competence within the last 7 years relevant to the types of work described above in Paragraph 2. The selection will consider experience in the design of critical defense facilities requiring expertise in seismic engineering, electronic security systems, High-Altitude Electromagnetic Pulse (HEMP) design, explosive safety and blast effects, Failure Mode Effects Criticality Analys is (FMECA), and Reliability, Availability and Maintainability (RAM) analysis. Services may also require specialized environmental considerations including cold regions and highly corrosive coastal environments. Firms must demonstrate experience in sustai nable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful sub stances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthful, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. The contractor shall demonstrate the ability to obtain secret security clearances as well as store and process classified material in accordance with Executive Order #12958. The contractor shall also have the capability to manage/oversee/administer security related requirements of any subcontracted A-E services. b. Professional Qualifications: Submittals must identify the qualifications of personnel in the following key disciplines: project management (architect or engineer), quality control, civil engineering, geotechnical engineering, electrical engineering, mechanical engineering, environmental engineering, architecture, GIS management/GIS operation, structural engineering and construction management. The lead architect or engineer in each discipline must be registered to practice in the appropriate profess ional field, where applicable. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the firm for all key personnel. The firm's staff must be capable of certifying that all work is in comp liance with U.S. and host nation laws and regulations. c. Management Plan: Submittals mus t include in Blocks D and H of the SF 330 a Management Plan that addresses, as a minimum, the firms approach to project management, organization and lines of supervision and communication, and coordination of disciplines and, if applicable, coordination w ith subcontractors or consultants and joint venture partners. The submittal must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process, and the procedure to ensure high qualit y products and services within cost limitations and in strict compliance with performance schedules. d. Participation of U.S. firm: Some task orders may require that design be done by a U.S. firm or a Joint Venture that includes a U.S. firm. Non-U.S. firms submitting proposals must demonstrate that they have a teaming arrangement with a U.S. firm that would allow them to satisfy that requirement for particular task orders. e. Past Performance: Selection authorities will consider past performance on U.S. Government, Department of Defense and other similar contracts with respect to budget and cost control, quality of work and compliance with performance schedules, as determ ined by CPARS (ACASS) and other sources. f. Capacity to Accomplish Work: Submittals must demonstrate the capability to perform at least two large task orders, or several smaller task orders, simultaneously within prescribed schedules, usually one year or less. A large task order is defined as $2,000,000 in A-E fees. The evaluation will consider the experience of the firm and any joint venture partners or consultants in similar projects, and the availability of an adequate number of personnel in key disciplines to complete the task orders with in normal schedules. The evaluation will consider the key persons identified in Blocks D, E and G of the SF330, as well as other available staff identified in Block H and Part II. g. Knowledge of Locality: Submittals must demonstrate familiarity with the Europe District's area of operation and have experience in Germany and Eastern Europe. Firms that demonstrate familiarity within the Europe District area of responsibility will be given higher consideration for this factor. h. Format Compatibility. Submittals must demonstrate the capability to provide all studies, reports, analyses, technical specifications, and other deliverables, in a word processing format 100% compatible with Microsoft Word 2003 and all spreadsheets in a format 100% compatible with Microsoft Excel 2003. Firms must demonstrate the capability to provide all project plans and drawings in a format 100% compatible with Bentley Systems MicroStation (Windows), latest version. Higher consideration will be giv en to firms that generate plans and drawings in the desired software. i. Geographic Proximity. Firms with offices located in the general geographic vicinity of the U.S. Army Corps of Engineers in Wiesbaden, Germany, will be given preferential consideration if this criterion is used. 4. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit one hard copy of Standard Form 330 for the prime firm and any/all joint venture partners and consultants, including free-lance consultants, to the addre ss below not later than 1600 Central Daylight European Time on the closing date of this announcement. In addition to the hard copy, one electronic version of all data shall be provided on CD-ROM in a format that allows word searching capability. Joint ve nture firms must clearly identify their intention to form a legal joint venture partnership, but are not required to provide documentation of legal agreements until contract award. Firms responding to this announcement after the closing date and time may not be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/. Forms must be complete and current. The prime firm or joint venture must submit on ly one Part I of the SF 330. Each firm, partner, consultant or branch office identified as part of the contract team must complete a separate Part II of the SF 330. Firms may be rejected for incomplete SF 330s, or for incorrect or missing elements. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all partners or consultants, in the appropriate colum ns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time employees of the firm, consultants or free-lance. Please note that Block F of SF330 is meant for only 10 example PROJECTS that b est demonstrate the firms qualifications rather than example CONTRACTS. Do not include promotional brochures, advertisements or other extraneous material in the submission. This is not a request for proposal. Include the firm's point-of-contact, E-mail address, telephone number and facsimile number in the submittal. 5. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero cost. If a monetary value is indicated on the package, the package may be delayed due to customs cl earance. The Europe District is not responsible for any delays that result in late receipt of submittals. Increased security measures may delay access to the Europe District in the Amelia Earhart Building. Therefore you are advised to provide for early delivery of any submittals. Firms are encouraged to personally deliver submittals or use a delivery system that documents the date and time of receipt and recipient. Submittals will not be accepted via E-mail. Firms responding to this announcement are a dvised to inform one or more of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. It is very important that submittals be properly addressed as follows: a. For United States or Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Heike Stadtfeld, Contracting Officer) A-E Announcement W912GB-07-R-0019 CMR 410, Box 7 APO AE 09096 b. For German or International postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Heike Stadtfeld, Contracting Officer) Box 7 A-E Announcement W912GB-07-R-0019 Konrad-Adenauer Ring 39 65187 Wiesbaden, Germany 7. POINTS OF CONTACT for additional information: a. Primary Point of Contact: Ms. Heike Stadtfeld, Contracting Officer, CENAU-CT, 7th Floor AEC Konrad-Adenauer Ring 39, 65187 Wiesbaden, Germany Email: heike.stadtfeld@usace.army.mil Phone: 011-49-611-816-2605 (from U.S.); (0)611-816-2605 (within Germany) Fax: 011-49-611-816-2618 (from U.S.); (0)611-816-2618 (within Germany) b. Secondary Point of Contact (if primary is not available): Ms. Marion Weingartner, Contract Specialist, CENAU-CT, 7th Floor AEC Konrad-Adenauer Ring 39, 65187 Wiesbaden, Germany Email: marion.weingartner@usace.army.mil Phone: 011-49-611-816-2606 (from U.S.); (0)611-816-2606 (within Germany) Fax: 011-49-611-816-2618 (from U.S.); (0)611-816-2618 (within Germany) c. Technical Point of Contact (for technical questions/inquiries only): Mr. Blaine R. Kemsley, CENAU-EC-E, 8th Floor AEC Konrad-Adenaurer Ring 39, 65187 Wiesbaden, Germany Email: blaine.r.kemsley@usace.army.mil Phone: 011-49-611-816-2287 (from U.S.); (0)611-816-2287 (within Germany) Fax: 011-49-611-816-2726 (from U.S.); (0)611-816-2726 (within Germany) PLEASE NOTE THAT ALL PROPOSAL SHALL BE SUBMITTED AT 1600 CENTRAL EUROPEAN TIME ON MONDAY, APRIL 16, 2007!
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division, ATTN: Heike Stadtfeld, Contr. Officer Konrad-Adenauer-Ring 39, 65187 Wiesbaden, Germany Wiesbaden AE
Zip Code: 65187
Country: DE
 
Record
SN01247754-W 20070311/070309221837 (fbodaily.com)
 
Source
FedBizOpps 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.