Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

C -- SELECTION OF UP TO FOUR (4)INDEFINITE DELIVERY CONTRACTS FOR MULTI-DISCIPLINE ARCHITECT-ENGINEERING SERVICES FOR THE BALTIMORE DISTRICT

Notice Date
4/3/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
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-09-R-0050
 
Response Due
5/4/2009
 
Archive Date
7/3/2009
 
Point of Contact
SARIKA McCOY, 4109620175<br />
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Subpart 36.6. A maximum of four Indefinite Delivery Contracts will be awarded to support the Baltimore Districts military and other programs. The proposed procurement is unrestricted with NAICS code 541330 with a size standard of $4.5M average annual receipts over the last three years. The contracts will be for a five year period and the total contract amount of each contract will not exceed $12M. Individual task orders will not exceed the total contract amount. The firm must be capable of responding to and working on multiple, large task orders concurrently. 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 performance and quality of deliverables under the current IDC. The concentration of work will be for the Baltimore District 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 up to one year after selection approval. Contracts will be firm-fixed price. 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 70% of the total planned subcontracting dollars shall be placed with small business concerns. At least 6.2% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 7% with Women-owned small businesses (WOSB); 9.8% shall be placed with Hub-zone Small Businesses (Hub-SB), 3% with Veteran-owned small businesses (VOSB); and.9% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. 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, renovations, maintenance and repair, 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 preparation of operation and maintenance manuals, site visits, shop drawing reviews, technical assistance, on-site representation and commissioning/start-up/fit-up design support. Projects may include, but are not limited to transportation infrastructure, to include roads and bridges; medical and non-medical laboratories and research facilities; data, information management and electronic communications facilities; military testing facilities; hospitals and medical treatment facilities; administration and training facilities; warehouses; community support facilities; recreational and physical fitness facilities; and child development facilities. 3. SELECTION CRITERIA: A. The firm must demonstrate specialized experience and technical competence in the following which are listed in descending order of importance: (1) Design of new facilities of various types and sizes; (2) Rehabilitation of existing facilities, also, of various types and sizes; (3) Preparation of project programming documents such as master planning studies and DD Forms 1391 and experience in conducting both planning charrettes and design charrettes; (4) Preparation and development of the technical information for design build request for proposals; (5) Experience with large task order contracts and handling multiple, large task orders simultaneously; (6) Application of construction cost control through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remain within budget; (7) Analysis and implementation of anti-terrorism and force protection (ATFP) requirements; (8) Analysis and implementation of Leadership in Energy and Environmental Design (LEED) criteria; (9) Experience in the use of Building Information Modeling; (10) Extent of participation of small businesses including Woman owned small business, Small Disadvantaged business, Historically Black Colleges & Minorities, Hub-Zone small business, Veteran Owned Small Business, and Service-Disabled Veteran-owned small business; (11) Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts; (12) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (13) Obtaining of all necessary permits; (14) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (15) Asbestos and lead paint surveys and testing services; (16) The firms ability to obtain security clearances and their experience working with classified documents. B. The firm must have registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Project manager, architect, civil engineer, 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 have a degree in Fire Protection Engineering from an accredited university. 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 in the required timeframes. C. Past performance on contracts with Government agencies and private industry in terms of quality of work and compliance with performance schedules. D. Work and Design Quality Management Plan: A proposed management plan shall be presented 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 contracts. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. The geographic location of the firm will be considered in order to evaluate the firms knowledge of the potential project locations, but geographic location is of less importance than the other criteria listed above. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s) to the address below, no later than 2:00 P.M. on May 04, 2009. Part II of the SF 330 must be submitted for each consultant. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Sarika McCoy, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions, if absolutely necessary, 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. Sarika McCoy at (410) 962-0175 or Sarika.n.mccoy@usace.army.mil. 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 not be less than 10 font. 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. Solicitation packages are not provided. NOTE: In order to maintain total objectivity in the AE selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6af9e68470e95998b21f589aad01d0bf&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD<br />
Zip Code: 21203<br />
 
Record
SN01785479-W 20090405/090403221011-6af9e68470e95998b21f589aad01d0bf (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.