Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

Y -- SINGLE AWARD, TASK ORDER CONSTRUCTION CONTRACT DESIGN-BUILD / DESIGN-BID-BUILD (SATOC/DB/DBB)

Notice Date
6/2/2008
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-08-R-0057
 
Response Due
7/15/2008
 
Archive Date
9/13/2008
 
Point of Contact
Allison Marin, 410-854-0744
 
Small Business Set-Aside
N/A
 
Description
The scope of this contract encompasses a broad variety of major and minor repair, modification, rehabilitation, alterations, design / build, and new construction projects in support of DOD organizations and other agencies, organizations, and branches of the U.S. government and other customers within the supported secure community. Customers to be serviced by this contract will belong to secure agencies. The type of work performed will be for secure and non secure sites and may include, but not limited to: Design-build; Construction; Demolition; Alterations; HTRW remediation in support of new construction and renovation; Geo-technical investigation; Infrastructure; Interior fit-up; Communications; Security; and Counter terrorism (including weapons of mass destruction) force protection (AT/FP). This proposed procurement is unrestricted. NAICS code 237990, size standard $31,000,000.00. Period of Performance will be five years from date of contract award. Estimated value $100,000,000.00. Issuance date of RFP on or about 16 June 2008, receipt of proposals on or about 15 July 2008. Submittal of a technical and cost proposal will be required. Selection Criteria: The following are the selection criteria in descending order of importance: (a) SECURITY QUALIFICATIONS: The proposing firm must possess a final Industrial Security Facility Site clearance of TOP SECRET. Non-domestic owned firms which do not currently possess Industry Security Clearance or cannot divest foreign ownership will not be considered eligible. (b) PERSONNEL SECURITY QUALIFICATIONS: Key management personnel must possess valid current TOP SECRET clearances, including but not limited to: architects, civil, environmental, electrical, geo-technical (soils engineer), mechanical, fire protection, and structural. All personnel working under this contract must be U.S. citizens. (c)SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Address the experience of the proposed design/build team(s) by providing specific examples of projects in a wide variety of multi-discipline design and construction projects that utilize the disciplines listed above and the experienced personnel in the following areas: Construction Inspection and Quality Assurance, Estimating, IT/Telecommunications, Land Surveying, Materials Testing, Interior Design, Systems furniture, Construction Management, Construction Superintendence, Construction Quality control Management, Construction Safety management, CADD, HTRW, Security, and Specification writing. Indicate specific projects, including duration of project, involving fast track design build construction. Indicate work completed under current and/or recently completed contracts during the last 6 years. Include contract number(s), points of contact, telephone numbers(s) and e-mail addresses. The specific projects must include design and construction experience with physical security (SCIF), electromagnetic shielding (Tempest), and force protection (AT/FP) projects involving aspects of architectural, civil, structural, security, mechanical and electrical work. (d) CAPACITY TO ACCOMPLISH WORK: firms must address the ability of the design and construction team(s) to complete multiple projects within mandatory time frames, including examples of multi project management on concurrent projects and multiple Task Orders under an IDC or TOCC. Provide specific examples including the exact dates and durations in days of the projects you list. Include contract numbers and points o f contact for each project listed. (e) MANAGEMENT PLAN: A complete proposed management plan shall be presented that includes an organization chart indicating all key personnel, including security clearances, to be utilized under this contract. The plan must include an indication of how multiple task orders will be managed as part of an overall management plan. (f) PAST PERFORMANCE: Provide examples of past performance on project specific work (within the past 6 Years), including past and/or current IDCs, IDIQs, design/build contracts, and TOCCs with the Department of Defense (DOD) and other Government agencies and/or private industry. Include specific letters of evaluation and /or recognition by clients and others for each project you list. Include contract numbers and points of contact for each project you list. Projects provided must include specific examples of multi project management, on time delivery, cost control, meeting of construction quality and safety standards and estimating performance. (g) LOCATION: Location of the firm within the general geographical area of the Baltimore/Washington, D.C. metropolitan areas, as response time for certain projects may be critical. (h) VOLUME OF WORK: Provide the current volume of DOD and other Government Agency contracts. Include the design and construction fee(s), design costs, and construction value. The solicitation will be provided in an electronic for mat, free of charge, to all authenticated account holders of Federal Technical Data Solution system (FedTeDS( a one time registration process for vendors/contractor) Accounts may only be attained by CCR registered contractors/vendors, go to www.fedteds.gov for additional information. After issuance of the solicitation, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912DR-08-R-0057. Plans and specifications will not be available in paper format. Use of the FedTeDS website requires prior registration at www.fedteds.gov. It is the offerors responsibility to monitor the FedTeDS website (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. All offerors are encouraged to visit the Baltimore District s public web site. CURRENT ACQUISITION OPPORTUNITIES (http://www.nab.usace.army.mil/ebs.htm) or the Federal business Opportunities web page (http://www.fedbizopps.gov/ (USE THE BALTIMORE DISTRICT ACRONYM 'W912DR' IN THE SEARCH FEATURE) to view other Baltimore District business opportunities. Questions may be directed to Allison Marin at the following e mail address allison.l.marin@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f836cf221973a31e441f46e58125005&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN01584882-W 20080604/080602220301-5f836cf221973a31e441f46e58125005 (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.