Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2008 FBO #2307
SOLICITATION NOTICE

C -- Two (2) Indefinite Delivery Contracts for Multi-Discipline AE Services Directorate of Public Works, Fort George G. Meade, Maryland and other areas within the North Atlantic Division

Notice Date
3/19/2008
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-08-R-0022
 
Response Due
4/20/2008
 
Archive Date
6/19/2008
 
Point of Contact
Cathey Robertson, 410-962-3788
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(cathey.robertson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A maximum of two Indefinite Delivery Contracts will be awarded to support Fort George G. Meade, Maryland, Directorate of Public Works. The contracts will be for a five year period and the total contract amount of each contract will not exceed $7,000,000.00. Individual task orders will be under $5,000,000.00 for any given year. ONE OF THE PROPOSED PROCUREMENTS IS 100% SET-ASIDE FOR SMALL BUSINESSES AND ONE IS UNRESTRICTED. The North American Industry Classification Code (NAICS) for thi s procurement is 541330 and the size standard under this code is $4,500,000.00 average annual receipts over the last three years. Contracts will be firm-fixed-price. The firm must be capable of responding to and working on multiple, large task orders conc urrently. Task orders will be awarded based on the A-Es current workload and its ability to accomplish the order in the required time, geographic location, type of services required, previous installation experience, including customer satisfaction, and p erformance and quality of deliverables under the current IDC. The concentration of work will be for the Directorate of Public Works, Fort Meade, Maryland but the contracts can be used anywhere throughout the North Atlantic Division (Connecticut, Delaware, District of Columbia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia). Contracts may be issued within 145 calendar days of this announcement. The Contracting Offi cer will consider the following factors in deciding which contractor will be selected to negotiate an order: customer satisfaction of A-E performance, responsiveness to previous task orders, A-E current workload, current capacity on contract, uniquely spe cialized experience, and equitable distribution of work among contractors. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL 99 -661 will be required with the final fee proposal. A minimum of 51.2% of the total planned subcontracting dollars shall be placed with small business concerns. At least 8.8% of total planned subcontracting dollars shall be placed with Small disadvantaged b usinesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 7.3% with Women-owned small businesses (WOSB); 3.1% shall be placed with Hub-zone Small Businesses (Hub-SB); and 1.5% with Service Disabled Veteran-owned smal l businesses (SDV). The subcontracting plan is not required with this submittal. Upon receipt of your SF330 for this project, the prime or the joint venture will be reviewed by the Contracting Officer to determine if you have complied on past projects wit h the subcontracting requirements for that respective contract. Any prime or joint venture found to be officially notified of non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. Failure to adequ ately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CRR). Register via the CCR Internet site at http:www.ccr.gov. 2. PROJECT INFORMATION: The work may consist of site investigations, planning, master planning, programming, surveys, geotechnical investigations, permitting, charrettes, and the preparation of reports, studies, design criteria, design build requests for proposal, designs, and other general A-E services for multi-disciplined new construction projects, alterations, reno vations, maintenance and repair, minor construction projects, tenant fit-up and operations for military and other, non-military government agencies. The firm may be required to provide construction phase and other services including, but not limited to pre paration of operation and maintenance manuals, site visits, shop drawing reviews, technical assistance, on-site representation and commissioning/start-up/fit-up design support. Concentration of work shall be in architectural, civil, structural, mechanical , plumbing, electrical, and environmental engineering. The firm shall also have the capability to provide HVAC, plumbing, fire protection, geotechnical and sanitary engineering; topographic surveying and cost estimating. Work may include renovation of ad ministrative buildings, high security facilities, medical facilities, troop living facilities (barracks), and utilities systems. The firm shall have experience in storm water management wetlands hydrology, sediment and erosion control, and National Pollut ant Discharge Elimination system (NPDES) permitting (including obtaining all necessary state permits, etc.) HAZMAT in the form of asbestos containing material (ACM), lead paint, etc. may be encountered. Firms must demonstrate capability to conduct appropr iate characterization, assessment, and remedial planning and design to identify and formulate corrective measures for the HAZMAT. The products (deliverables) are not required to be performed using a specific CADD system. However, the A-E will be required to provide any digitizing and/or translation services necessary to deliver the final design product in AutoCAD Rel. 2008 on CD. Specifications will be prepared using SpecsIntact 4 format. 3. SELECTION CRITERIA: The selection criteria listed belo w are in descending order of importance: A. The firm shall list specialized experience and technical competence in: 1) HVAC, plumbing, fire protection upgrades to mechanical, electrical and fire alarm systems, geotechnical and sanitary engineer ing; topographic surveying and cost estimating; environmental, certified industrial hygienist, civil, structural, mechanical and electrical engineering; 2) Renovation of administrative buildings, high security facilities, medical facilities, troop living facilities (barracks), and utilities systems; 3) experience in the preparation of studies and design for storm water management, wetlands, hydrology, sediment and erosion control; 4) National Pollutant Discharge Elimination System (NPDES) permitting (in cludes obtaining all necessary state permits, etc.); 5) HAZMAT in the form of asbestos containing materials (ACM), leadpaint6, etc., as may e encountered; 6) Firms must list experience that demonstrates their capability to conduct appropriate characteriz ation assessment, remedial planning and design to identify and formulate corrective measures for the HAZMATs; 7) Knowledge and response to regulatory program requirements under CAA, CWA, CERCLA/SARA, RCRA/HSWA, NEPA, OSHA and similar State Statutes. Samp ling and analysis, preparation of written documentation permits to support closures, etc.; 8) Firms must demonstrate capability of responding to multiple task orders concurrently. The products (deliverables) are not required to be performed using a speci fic CADD system; however, the firm shall be required to provide any digitizing and/or translation services necessary to deliver the final product(s) in AutoCAD Rel. 2008 on CD. Specifications will be prepared using WordSpec2/SPECSINTACT4 format. Cost est imates will be prepared using Microcomputer Aided Cost Estimating (MCACES). B. The firm must have registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Project manager, architect, civil engine er, electrical engineer, communications and related systems engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, building commissioning expert, land surveyor, interior designer, cost estimator, landscape architect, and industrial hygienist. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination , or (c) be registered in an engineering discipline related to fire protection. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders for multiple customers. C. Work and Design Quality Management Plan: A proposed management plan shall be present ed which shall include an organization chart and briefly address management approach, team organization, professional registration, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. 4. SUBMISSION REQUIREMENTS: Interested firms havi ng the capabilities to perform this work must submit two copies of SF330 Part I and two copies of SF 330, Part II for the prime firm and all consultants, to the below address not later than 4:00 P.M. on the response date indicated below. On SF330, Part I , Block 5, include DUNS number for the prime firm. On the SF330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit response to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Donna Le keta, Room 7000, 10 South Howard Street, Baltimore, MD 21201. 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. This is not a Request for Proposal. Technical questions should be directed to Mr. David Roberts at (410) 962-4363 or david.i.roberts@nab02.usace.army.mil. Contracting questions can be directed to Ms. Donna Leketa at (410) 962-5611 or donna.leketa@usace.army.mil. The se forms shall be submitted to the above address not later than 4:00 P.M. on April 14, 2008. Four copies of the SF 330 submission are required. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall no t be less than 11 fonts. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. NOTE: Personal visits for the purpose of discuss ing this announcement will not be scheduled. This is not a request for proposal
 
Web Link
http://www.nab.usace.army.mil/ebs.htm
(http://www2.fbo.gov/spg/USA/COE/DACA31/W912DR%2D08%2DR%2D0022/Donna Leketa; donna.l.leketa@usace.army.mil)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN01536521-W 20080321/080319230905 (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.