SOLICITATION NOTICE
C -- Indefinite Delivery Contract M-802 for General Architect Engineering services, primarily within Picitanny Arsenal, New Jersey and for the New York District, but can include work anywhere in the North Atlantic Division Boundaries.
- Notice Date
- 9/1/2009
- Notice Type
- Presolicitation
- 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-09-R-0017
- Response Due
- 10/1/2009
- Archive Date
- 11/30/2009
- Point of Contact
- Lauren Oliver, 917-790-8086
- E-Mail Address
-
US Army Engineer District, New York
(lauren.k.oliver@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer Act as implemented in FAR Subpart 36.6 and FAR 16.202. The highest ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The length of the contract is a maximum of 5 Years (60 months) and will not include optional periods. The total capacity of the contract will not exceed $12,000,000. Labor rates for each discipline, overhead rates and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, to 5th calendar years. Concentration of work will be at Picatinny Arsenal and for the New York District but can include work anywhere in the North Atlantic Division boundaries. Approximate award date: 30 January 2010. The wages and benefits of services employees (see far 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. The A-E firm selected for this contract will be responsible to utilize the Army Contractor Manpower reporting (CMR) system and will be required to report certain information to the Army CMR system. For additional information see https://contractormanpower.army.pentagon.mil. 2. PROJECT INFORMATION: A-E services may include but not be limited to the following: preparation of concept and final designs; planning charrettes; professional engineering services; pre-design site assessment; feasibility and concept studies; geotechnical investigation and reports; environmental investigations including permitting studies and reports; asbestos and lead sampling and abatement; site development; cost engineering using MII CACES; value engineering; life cycle costing; post-design shop drawing review; construction phase services; and construction administration. Additional services include but are not limited to: seismic design; topographic and boundaries surveys to include mapping and analysis (including data collection and verification); historical and cultural resources investigations; design review; seismic analysis; environmental analysis; site surveys and evaluation; remediation design; and Environmental Protection Agency (EPA) compliance for Hazardous materials such as petroleum products, asbestos, lead and radon. In Addition New Jersey Department of Environmental Protection (NJDEP), flood hazard analysis/permitting; parametric design; and wetlands remediation and mitigation. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, CADD/GIS, Building Information Modeling (BIM), Sustainable design, Leed Green Building, and preparation of Department Of Defense Explosive Safety Board Submissions, explosive safety design and development of explosive safety Arcs. Examples of potential work include design of New Buildings and Facilities, including but not limited to the following: Research and Development Facilities for advanced weapons systems (these facilities will require blast protection and explosive safety design); Laboratories, Ordinance Handling and Storage Facilities, Magazines and Ammunitions Storage, Vehicle Maintenance Facilities, Administrative Buildings, Industrial Facilities, Indoor and Outdoor Test Ranges, Infustructure Systems and Laboratories. Design of repair and/or renovation projects to include the following: Whole Building Renovation, Research and Development Facilities for advance weapons systems ( these facilities will require blast protection and explosive safety design), Laboratories, Replacement of Architectural Elements, Building Seismic Upgrade; Force Protection Upgrades, Mechanical, Electrical, Fire Protection/Detection Systems, Asbestos and Lead Abatement Services or Demolition. Projects designed under this contract may require design team members to obtain security clearance as well as having physical security measures in place before firm can do the work. Security clearances are not required at the time of selection or award of contract. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary selection criteria. Criteria f through h are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: The firm is required to have the following specific design capabilities: a.Specialized experience and technical competence in: 1.Demonstrate ability to planning and prepare construction bid documents, concept designs, final designs, design charrettes, design work involving site investigation, geotechnical reports, topographic surveys, wetland delineation and mitigation, preparation of permit applications (and obtain permits), preparation of contract drawings, technical specifications, design analysis similar to the categories listed in paragraph 2 Project Information. Projects completed before December 2003 will not be considered. 2.Demonstrated experience with the following projects: Research and Development Facilities for Advanced Weapons Systems (these facilities will require blast protection and explosive safety design), Vehicle Maintenance Facilities; Laboratories; Industrial Facilities; Indoor and Outdoor Test Ranges; Administrative Facilities; Ordinance Handling and Storage Facilities; and Infustructure Systems. Whole Building Renovation; Replacement of Architectural Elements; Building Seismic Upgrade; Force Protection Upgrades; Mechanical; Electrical; Fire Protection/Detection Systems; Asbestos and Lead Abatement Services or Demolition. Projects completed before December 2004 will not be considered. 3. Demonstrate experience in preparing Department of Defense Explosive Board (DDESB) submission for explosive designs. 4. Demonstrate ability to prepare cost estimates in the latest version of M-CACES and have experience in MII (m2) software and PACES. In the event that the firm does not have experience in MII (M2) software and PACES, it shall demonstrate haw cost estimating procedures b.Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or subcontractors/consultants with a professional staff consisting of the following disciplines. (1)Project Manager ( Licensed) (2)Quality Assurance Manager (based on the firms QA/QC Plan) (3)Architecture ( Licensed) (4)Structural Engineering (Licensed) (5)Civil Engineering (Licensed) (6)Mechanical Engineering ( Licensed) (7)Electrical Engineering Licensed) (8)Fire Protection Engineering (Licensed) (9)Cost Engineering (10) Geotechnical Engineering (Licensed) (11) Lead/Asbestos Abatement Inspector (Certification) (12) Certified Industrial Hygienist (Certification) (13) Licensed Interior Designer (Certification) (14) Land Surveyors (Licensed) (15) Anti-Terrorism/Force Protection Specialist (16) Historical Architecture Accredited LEED specialists (can be covered by one of the disciplines listed above) The evaluation will consider education, registration, and training and overall and relevant experienced using information from Section E of the SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. The evaluators will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules as determined by ACASS and other sources. d. Capacity to accomplish the work within the required time. The evaluation will consider the availability of an adequate number of personnel in key disciplines for this project based on the AEs current workload. e. Knowledge of the locality and location of the firm or office within the general geographical area of Picatinny Arsenal, New Jersey, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. Secondary Selection Criteria: f.. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, service-disabled veteran owned small business and woman-owned small business in the proposed contract team, measured as a percentage of the total estimated contract effort as indicated as follows: Small Business (including ANCs and Indian Tribes) 70%, Small Disadvantaged Business (including ANCs and Indian Tribes) 6.2%, Women-Owned Small Business 7.0%, HubZone Small Business 9.8%, Veteran-Owned Small Business3.0%, Service Disabled Veteran Owned Business 0.9%. g. Geographic Proximity in relation to Picatinny Arsenal h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled veteran owned small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions. And firms that have not had prior DoD contracts. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0.The forms can be downloaded into a.pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330. Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to 90 pages. Section E is limited to 40 pages. Each page shall be numbered. Section dividers dont count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the New York District USACE website: http://www.nan.usace.army.mil Click Business Opportunities then Advertised Solicitations. Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation. For information visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 541330 Submit three (3) completed SF330s to: Attn: Stephen DiBari, P.E. CENAN EN M Room No. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 01 OCT 2009 at 4:00PM EST. Facsimile transmissions of the SF330 will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-09-R-0017/listing.html)
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN01936812-W 20090903/090902011408-1a1f01f554f1f218503854efe2b66eb6 (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 |