Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2008 FBO #2575
SOLICITATION NOTICE

C -- W912GB-09-R-0014 For GENERAL ARCHITECT-ENGINEERING SERVICES For TURKEY

Notice Date
12/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Corps of Engineers, Europe District, Contracting Division, Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-09-R-0014
 
Response Due
1/15/2009
 
Archive Date
3/16/2009
 
Point of Contact
Norma J Smith, +49 61197442629<br />
 
Small Business Set-Aside
N/A
 
Description
ANNOUNCEMENT W912GB-09-R-0014 FOR GENERAL ARCHITECT-ENGINEERING SERVICES For TURKEY 1. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, hereby solicits for General A-E Services Indefinite Delivery Contracts (IDCs), procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. It is anticipated that one (1) IDC will be negotiated and awarded, with a base period not to exceed five years. The amount of work in each base contract will not exceed $12,000,000, with a maximum amount per task order of $5,000,000. Work will be issued by negotiated firm-fixed-price task orders not to exceed the maximum limit. 2. PROJECT LOCATION: One contract will be awarded for work that will involve the engineering services and design of various U.S. military projects primarily within Turkey. Firms must be able to meet all Turkish laws and permitting requirements. 3. SERVICES REQUIRED: Multi-disciplined A-E services are required primarily for general A-E design of miscellaneous facilities and related work in Turkey. The type of design work required involves major new construction and repair/rehabilitation work of various structures in accordance with all standards, permitting requirements, and applicable laws of Turkey, as well as United States standards. Anticipated facilities to be designed may include U.S. military buildings, structures and facilities including multi-family and single-family housing units, utility systems, Community Centers, Department of Defense Dependents Schools (DoDDS), administrative facilities, and barracks. Work may also include development of Request-For-Proposal packages for design/build projects that conform to all Turkish requirements. Projects may also involve security upgrades, anti-terrorism/force protection (AT/FP) assessments and design, site investigations, structural analysis and testing, feasibility studies, energy conservation, and fire protection. A-E services may also be required for engineering assessments and systems analysis of existing facilities and infrastructure in Turkey; environmental assessments and technical assistance; asbestos surveys and abatement design; cost estimating; construction inspection; quality assurance; safety inspections; materials and equipment testing including systems commissioning; and other general engineering and design services in conformance with Turkish requirements. Sustainable design using an integrated design approach is also required. Military Construction (MILCON) funded projects are anticipated which will require Task orders estimated to exceed $500,000 for projects to be accomplished in Turkey. The offerors capability to be awarded these task orders must be demonstrated by evidence of a Joint Venture entity with a Turkish host nation firm and a United States firm, or standing as a United States firm. 4. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. Criteria a. through f. are the primary criteria for selection. Criteria g. is secondary and will only be used by the Selection Board to break ties between firms that are considered technically equal. For proposals submitted as a Joint Venture, the experience and past performance of the Joint Venture may be submitted as well as the separate experience and past performance of the Joint Venture partners. The separate experience and past performance of each Joint Venture partner will be considered the experience and past performance of the Joint Venture entity. a. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: Address the specialized experience and technical knowledge within the last 5 years in the type of design work required as described in paragraph 3. SERVICES REQUIRED. Firms must demonstrate competence in the Turkish language. Firms must demonstrate the specialized experience and technical competence of the prime contractor or joint venture partners, and their subconsultants. All proposals must clearly indicate 5 years of work experience in Turkey. b. PROFESSIONAL QUALIFICATIONS: The A-E firm must identify the qualifications of personnel in the following key disciplines: Project Manager, Architect, Landscape Architect, Civil Engineering, Electrical Engineering, Structural Engineering, Mechanical Engineering, Interior Design, Cost Engineering, Fire Protection Engineering, Environmental Engineering, and Land Surveying. Professionals in these disciplines shall have experience in the services described in paragraph 3. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the proposed team for all proposed key personnel. The A-E firm awarded this contract must be capable of certifying that all work is in compliance with U.S. and Turkish laws and regulations. c. PAST PERFORMANCE: Past performance on Turkish projects offered to demonstrate the required experience, DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from PPIRS and other sources. d. CAPACITY: Capacity to perform approximately $5,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Firms must address and demonstrate the capacity to execute multiple Task Orders simultaneously. e. MANAGEMENT PLAN: Submittals must 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, lines of supervision and communication, and coordination of disciplines, and, if applicable, coordination with subcontractors or consultants and joint venture partners. The submittal must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communications and supervision process, and the procedure to ensure high quality products and services within cost limitations and in strict compliance with performance schedules. f. KNOWLEDGE OF LOCALITY: Knowledge of engineering and design within Turkey, and familiarity with the Europe Districts area of operations, and knowledge of U.S. and Turkey legal and technical regulations, including experience in applying Turkish environmental regulations to military projects. g. GEOGRAPHIC PROXIMITY: Firms located in the geographic vicinity of the Incirlik Air Base in Turkey will be given preferential consideration if this criterion is used. 5. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit two copies of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, consultants and free-lance associates, to the address below not later than 1430 Central European Time on the closing date of this announcement. The SF 330 Part I shall not exceed 75 pages (8.5 x 11 or A4), including no more than 20 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than 11. Firms responding to this announcement after the closing date and time will not be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. 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 subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission. This is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. Joint Ventures shall submit the following additional documentation of evidence of a Joint Venture entity: a.A copy and a translation in English, of a legally binding Joint Venture agreement. b.Identification of the party who can legally bind the Joint Venture. c.A separate statement, if applicable, for task orders for Military Construction (MILCON) funded projects estimated to exceed $500,000 and to be accomplished in Turkey. The separate statement shall (1) identify any Turkey host nation firms that are Joint Venture partners, and (2) identify any United States firms that are Joint Venture partners, and (3) explain the structure and/or management approach of the Joint Venture for such task orders including who will conduct, direct, supervise, and control the project, and perform the necessary duties to complete the work. 6. 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. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advisable. Firms responding to this announcement are requested to inform one of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. A. For US/Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Norma J. Smith) Announcement W912GB-09-R-0014 CMR 410, Box 7 APO AE 09096 B. For German postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Box 7/Norma J. Smith) A-E Announcement W912GB-09-R-0014 Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany 7. POINT OF CONTACT for additional information: Ms. Norma J. Smith, Contracting Officer E-mail: norma.j.smith@usace.army.mil Phone: +49-611-816-2629 (outside Germany); (0)611-816-2629 (within Germany Fax: +49-611-816-2618 (outside Germany); (0)611-816-2618 (within Germany)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c1906e47ba570c5d284ba10bf7ca05f0&tab=core&_cview=1)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE<br />
Zip Code: 09096<br />
 
Record
SN01718562-W 20081214/081212220447-c1906e47ba570c5d284ba10bf7ca05f0 (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.