Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2007 FBO #2214
SOURCES SOUGHT

C -- Indefinite Delivery Contract M-308 for General Architect-Engineer services, primarily within New York District's Boundaries and other Corps of Engineers locations within NAD/MSC Boundaries.

Notice Date
12/17/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-08-S-0003
 
Response Due
1/9/2008
 
Archive Date
3/9/2008
 
Point of Contact
anne.spiegelberg, 212-264-9003
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(anne.spiegelberg@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Announcement Information for Architect Engineer (A/E) Services: Indefinite Delivery Contract M-308 for General Architect Engineering services, primarily within New York District's Boundaries and other Corps of Engineers locations within NAD/MS C Boundaries. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS FROM 8(a), SDVOSB, AND HUBZONE FIRMS. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUIS ITION STRATEGY FOR A FUTURE ACQUISITION. The length of the contract is a maximum of 5 years (60 months) and will not include option periods. The total capacity of the contract will not exceed $ 25,0 00,000. The purpose of this announcement is to gain knowledge of potential 8(a), SDVOSB, and Hubzone firms. The NAICS Code is 541330 (size standard $4.5 million average annual receipts for preceding three fiscal years). Responses to this sources so ught announcement will be used to determine appropriate acquisition decisions for a future procurement. Interested 8(a), SDVOSB, and Hubzone firms must submit a qualifications statement (not more than 20 pages) including but not limited to the following information: Responses will be used to determine appropriate acquisition decisions for a future procurement. Interested firms must submit a qualifications statement (not more than 20 pages) including but not limited to the following informat ion: a. Certification as follows: - For 8(a) and Hubzone firms provide SBA certification. - For SDVOSB firms provide self-certification. b. Indicate proposed team members to include: Name of prime firm and sub-consultants, addresses, ro le in this contract and POC information of each firm. c. Organizational Chart of Proposed Team. d. Demonstrate the capability to perform at least 50% of the contract work listed below in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be foun d at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm In particular, in order to be awarded an 8(a) contract the concern must agree that: In the case of a contract for services (except construction), the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. In order to be awarded a SDVOSB contract the concern must agree that: In the case of a contract for services (exce pt construction), the SDVOSB concern spends at least 50 percent of the cost of the contract incurred for personnel on the concerns employees or on the employees of other SDVOSB concerns. e. Total number of employees dedicated to the contract, listing e ach employees function, professional discipline, professional license listing the state and date of registration. f. Resume of the overall Project Manager and senior personnel of each key discipline shown below in the list of professional disciplines.<B R>g. Demonstrate experience in the required A-E services listed below. A-E services may include but are not limited to the following: Preparation of design charettes, studies (to include value engineering studies), sitework and site utility design, development of design criteria for design-build contracts, and design of new construction and renovation projects for military work and other non-military government agencies. Provide construction phase and other services that may include preparation of o peration and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. Site investigation, explosive safety design, LEED Gree n Building Sustainable design geotechnical reports, topographic surveys, wetland delineation and mitigation, preparation of contract drawings, technical specifications, design analyses and cost estimating using the latest version of M-CACES, PACES and MII [M2] software, Interior Design, Hazardous Materials Abatement. Construction phase services, including shop drawing review, design during construction, commissioning, site visits, etc., could be included as options on task orders. CADD and GIS deliverable s may also be required. Deliverables in Micro station or AutoCAD format, Building Information Modeling (BIM) will be required. Preparation of CADD drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-ai ded standard version (CADD). Examples of potential repair or renovation projects include: Whole building renovation, repair or replacement of architectural elements, building seismic upgrades; force protection upgrades, repair or replacement of mech anical, electrical or fire protection/detection systems; asbestos and lead abatement services related to building renovation or demolition; renovation of historic structures, research and development facilities and Academic Facilities. Examples of new buildings and or structures includes: Vehicle maintenance facilities, administrative facilities, industrial facilities, ranges, training facilities, pavements/hardstands, barracks/dormitories, dining facilities, Research and Development facilities, Academic Labs, Academic Facilities. Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not requ ired at the time of selection or award of a contract. Potential work for this contract may involve Security Engineering and Protective Design services to protect bridges against destructive attack. This shall consist of, but not be limited to, prod uction of contract drawings, specifications, studies, design analyses (to include dynamic modeling of the response of structural elements to explosive and collision impact loadings), cost estimates and construction schedules; to include electronic surveill ance, detection, security and communications systems, physical security systems, explosion mitigation designs, structural redundancy/hardening/strengthening/shielding, fire protection systems, and collision impact mitigation designs. Communication and c oordination with USACE, local, state, and federal agencies is required. Other required services: Cost Engineering, Environmental Engineering; Construction CPM Scheduling and Maintenance and Protection of Traffic. A-E firms who do not have full in -house capability must demonstrate how they will manage sub-contractors and insure quality control. Prime firms must demonstrate its plan for successful quality assurance and integration of all design disciplines. Firms must haven proven capability <B R> Consideration will only be given to firms that assemble a team of in-house and consultants with a professional staff consisting of the following disciplines: (1) Project Manager (2) Quality Assurance Manager (based on the firm s QA/QC Plan) (3) Architecture (4) Structural Engineering (5) Civil Engineering (6) Mechanical Engineering (7) Electrical Engineering (8) Fire Protection Engineering (9) Force Protection Specialist (physical & electronic security)<BR >(10) Cost Engineering (11) Geotechnical Engineering (12) Lead/Asbestos Abatement Inspector (13) Certified Industrial Hygienist (14) Licensed Interior Designer (15) Historical Architect (16) Land Surveyor Submit three (3) qualific ation statements to: Attn: Stephen DiBari, P.E., CENAN EN M Rm. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278< BR> Do not submit qualifications statements to the POC listed in the FedBizOps advertisement. Qualifications statements will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Pla za, be prepared to leave ample time to gain entry into the building. If we do not receive an adequate number of qualified respondents (i.e., two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms rega rdless of size shall be eligible and encouraged to compete for this project.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01471290-W 20071219/071217224023 (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.