Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2007 FBO #2141
MODIFICATION

C -- MARKET RESEARCH-A/E IDIQ MULTIPLE AWARD

Notice Date
10/5/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO Bldg 93 1131 Chapel Crossing Road, Glynco, GA, 31524, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-LGL08R00006
 
Response Due
10/22/2007
 
Point of Contact
Jo Deen Cuffe, Contracting Officer, Phone 912-267-2118, Fax 912-280-5343, - Alberta Abram, Contract Specialist, Phone 912-267-2588, Fax 912-280-5343
 
E-Mail Address
jodeen.cuffe@dhs.gov, alberta.abram@dhs.gov
 
Description
MODIFICATION TO MARKET RESEARCH-As this action is to aid in determining viability of set-aside to small business entities, large businesses need not respond. Secondary point of contact for this action is Alberta Abram, 912-267-2855. Note that response date to this market research request is extended until October 22, 2007. MARKET RESEARCH ONLY - THIS IS NOT A REQUEST FOR PROPOSAL: The Government has a requirement for and intends to secure Architectural-Engineering Services to provide Engineering, Planning, Design and Post Construction Award Services for Department of Homeland Security, Federal Law Enforcement Training Center (FLETC) projects. Projects will be executed in the FLETC locations of Glynco, Georgia (adjacent to Brunswick, Georgia); Artesia, New Mexico; Cheltenham, Maryland; and Charleston, South Carolina. Services shall be secured by issuing individual delivery orders against three multiple-award, multi-discipline contracts at each of the FLETC locations: 1) Artesia, NM; 2) Cheltenham, MD; and 3) Glynco, GA/Charleston, SC (considered a single location for this acquisition). Scopes of work require a multi-discipline approach including, but not limited to, architectural, mechanical, electrical, plumbing, fire protection, structural, civil, environmental, and other disciplines as required to conduct/execute field surveys, site and subsurface soil investigations, charrettes and concept/pre-design studies, program development, building and utility system investigations and evaluations, provide design/construction documents and construction cost estimates, post construction award review and management services, quality assurance, value engineering reviews, and other related services of the listed project types. The FLETC provides the requisite support and service facilities to establish and maintain a state-of-the-art law enforcement training facility. Such facilities may include, but are not limited to, indoor firing ranges, automobile driver training ranges, student dormitories, office buildings, classroom buildings, physical techniques training facilities, conference facilities (including auditorium and food service), parking structures, campus utility systems and roadway infrastructure, storm drainage structures, hazardous material storage facilities, and central utility plants. Projects may include, but are not limited to, new construction and/or major renovation and modernization of: (1) Classroom Buildings (All locations, ranging in size from 50,000 to 270,000 gross sq.ft.), (2) Driver Training Ranges and associated facilities (All locations), (3) Indoor Firearms Ranges (All locations), (4) Steam&/or Chilled Water Distribution System Improvements (Glynco), (5) Physical Techniques Facility (All locations), (6) Practical Exercise Facilities (All locations), (7) Dormitory/Student Housing (Glynco/Charleston & Artesia), (8) Utilities Upgrades to include power, water, and/or sanitary sewer distribution systems (All locations), (9) Office Buildings (All locations) (10) Roadway networks (All locations) and, (11) Cafeteria Renovation (All locations). It is anticipated that there will be a total of three basic contracts awarded for each of the three FLETC locations outlined herein, for a total of nine awards. The Government will utilize the procedures outlined in FAR Part 36, as supplemented, to competitively secure services of the most highly qualified firms. Each contract will be a multi-discipline, indefinite delivery-indefinite quantity type contract where delivery orders will be placed on an intermittent, ?as required,? basis. The delivery order proposal/award process is currently under development and will be detailed in a future announcement. As of this date, each contract will include a base contract period of one (1) year or $1,000,000.00 in fees, with the possibility of four (4) one-year option periods, or $1,000,000.00 in fees per option period, whichever occurs first. The options will be exercised only if found to be in the Government?s best interest. The total contract value for each contract will not exceed $5,000,000.00 for the contract life. The minimum and maximum design service fee for each subsequent delivery order will range between $5,000.00 and $500,000.00. There will be a guaranteed minimum of $10,000.00 for each basic contract awarded. Architect-Engineer (A-E) firms may be required to work with a Construction Manager (at risk) (CMc) firm at the completion of the Schematic Design Phase stage. A-E firms must agree to accept a relationship of trust and confidence and covenants with the Government to furnish the A-E?s reasonable skill and judgment and to cooperate with the Construction Manager Contractor in furthering the interests of the Government. Use of CMc approach will be identified in each follow-on delivery order, if required. The purpose of this procurement is to select firms highly qualified to provide these architectural-engineering services. Due to the variety of projects anticipated, the selected firms must possess a wide range of professional services in-house for matters of expediency and quality with considerable experience in architecture and engineering for the law enforcement training facilities and the general types of facilities listed above. Design teams will be required to demonstrate considerable experience in designing firing ranges, driver training ranges, gymnasiums, classroom buildings, dormitories, food service facilities, roadways and various utility distribution systems. Experience must include an in-depth knowledge of related complex small arms ranges to include targetry and ballistic materials and classrooms with audiovisual systems. As part of each contract, asbestos and lead assessments may be required to determine the presence of asbestos or lead. When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required. Shop drawing review, construction management and quality assurance, and review of contractor furnished of operation and maintenance manuals shall be required. AE shall demonstrate the ability to perform studies and prepare environmental permit documentation for approval by various local, state, and national environmental agencies (i.e., USCOE, Georgia DNR). For projects of new construction and requiring Environmental Assessments and or plans necessary to obtain permits from environmental regulatory agencies (i.e., USACOE, and State Environmental Departments), required studies, reports, and documentation necessary to achieve project results may also be required. Firms unable to accept work that involves one or more of the efforts outlined herein, need not apply. Primary NAICS Code 541330, Size Standard $4.5 million. Interested firms should, as early as possible, but not later than 15 days of this notice, indicate interest in the future acquisitions outlined herein by submission of a Standard Form (SF) 330, Architect-Engineer Qualifications, and clearly indicate their firms business size (i.e., 8(a); Service Disabled Veteran Owned; Historically Underutilized Business (HubZone); Small Business, Large Business, etc.). Responses should be sent to the attention of JoDeen Cuffe, Contracting Officer, 1131 Chapel Crossing Road, Building 93, Glynco, Georgia 31524, or via e-mail, jodeen.cuffe@dhs.gov. The set-aside preference determination, if any, will be dependent on the responses to this notice and ancillary market research. The subsequent solicitation will contain details on the proposal requirements and selection criteria for each contract.
 
Place of Performance
Address: All current FLETC Training sites:, Artesia, NM, Glynco, GA, Charleston, SC, Cheltenham, MD
Zip Code: 31524
Country: UNITED STATES
 
Record
SN01429463-W 20071007/071006060647 (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.