Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2012 FBO #3717
MODIFICATION

C -- General A/E services with major focus on Sustainable Design at various locations of service by New York District, but contract can inculude work anywhere on other US Army Corps of Engineers locations within the NAD Boundaries.

Notice Date
1/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-AE-0003
 
Response Due
2/27/2012
 
Archive Date
4/27/2013
 
Point of Contact
Jason L Parker, Phone: 9177908080
 
E-Mail Address
jason.l.parker@usace.army.mil
(jason.l.parker@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Title: Y - Announcement Information for Indefinite Delivery Contracts (IDC); General Architect and Engineering (A-E) Services with major focus on Sustainable Design at various locations of service by New York District, but contract can include work anywhere on other US Army Corps of Engineers locations within the NAD Boundaries. Synopsis: THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SMALL BUSINESS CONCERNS DOING WORK UNDER NAICS Code 541330. SUBMITTALS WILL BE USED FOR MARKET SURVEY INFROMATION ONLY. Description: The purpose of this announcement is to gain knowledge of potential small business sources; specifically small business, certified 8(a), Woman-Owned Small Business(WOSB), certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS Code is 541330 (size standard $4.5 million average annual receipts for preceding three fiscal years). Responses to this Sources Sought Announcement will be used to determine appropriate acquisition decisions for a future procurement. The length of the anticipated Indefinite Delivery Contract (IDC) will be a maximum of 60 months and will not include optional time periods. The anticipated contract will have a total capacity not to exceed $9,900,000 and a minimum guarantee of $35,000. Submission requirements for interested firms must contain a qualifications statement including but not limited to the following information: a. Self-certification that your firm is an SBA certified small business, 8(a), HUBZone, a Service Disabled Veteran-Owned Small Business (SDVOSB) concern, Woman-Owned Small Business(WOSB) or Economically Disadvantaged Woman-Owned Small Business (EDWOSB). Cage Code and DUNS number also must be identified. b. Indicate proposed team members to include: Name of prime firm and sub-consultants, addresses, role in this contract and POC information of each firm c. Organizational Chart of Proposed Team d. Demonstrate the capability to perform in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at: http://www.usace.army.mil/library/Pages/default.aspx. There is a limitation on subcontracting whereby "at least 50% of the cost of contract performance incurred for personnel" must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. e. Total number of employees dedicated to the contract, listing each employees function, professional discipline, professional license listing the state and date of registration. f. Resume of the overall Project Manager and senior personnel of each key discipline shown below in the list of professional disciplines. g. Demonstrate experience in the required A-E services listed below. h. AE Submission must not exceed 100 pages. Required A-E services may include, but are not limited to the following: Services may be requested for development of products in the following phases: Master Planning, Programming/Planning, Design, Construction and Post-Occupancy. The emphasis of this contract is for services that require the design team to ensure the integration of sustainable design features into the products and services delivered for individual projects or installation infrastructure projects. Such products may include: Master Planning documents, planning and design charrettes, baseline energy surveys, studies (to include site investigation, geotechnical, feasibility and value engineering studies), site work and infrastructure design, development of design criteria for design-build contracts, and design of new construction and renovation projects primarily for military work. Services may also be required during the construction phase and post-occupancy phase that may include design during construction, preparation of operation and maintenance manuals, shop drawing review, site visits, commissioning/start-up/fit-up support and retro commissioning. Additional services may be required related to LEED Green Building Sustainable design, design analyses and cost estimating using the latest version of M-CACES (MII Software), PACES, and LCCA. CADD and GIS deliverables may also be required. Deliverables in Micro station or AutoCAD format, Building Information Modeling (BIM) will be required. Preparation of CADD drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) standards, New York District CADD standards, Design Submission Requirements Manual, and latest standard release of Computer-aided software. (CADD). Examples of potential repair or renovation projects include: Whole building renovation, repair or replacement of architectural elements, building seismic upgrades; force protection upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems; renovation of historic structures, academic facilities and research and development facilities., Examples of new buildings and or structures includes: Vehicle maintenance facilities, administrative facilities, industrial facilities, ranges, training facilities, pavements/hardstands, barracks/dormitories, dining facilities, Research and Development facilities, Academic Labs, Academic Facilities. Green building practices can substantially reduce or eliminate negative environmental impacts through high performance design, construction, and operating & maintenance practices. The AE services requested shall include, and not be limited to the proper execution and/or review of a building design project that seeks to meet all required federal sustainability and renewable energy FY goals while maintaining the LEED certification requirement as listed by the US Green Building Council, also mandated by the Department of Defense. Projects designed under this contract may require 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. The firm will be required to have the following specific design capabilities: A. Specialized experience and technical competence in: 1. Demonstrate ability to prepare Army Master Planning documents, construction bid documents, concept designs, final designs, design charrettes, design work involving site investigation, design reports, surveys, wetland delineation and mitigation (if required), preparation of permit applications (and obtain permits), preparation of contract drawings, technical specifications, design analysis similar to the categories outlined in Required AE Services of this document. Past Project Information is required. Projects completed before December 2005 will not be considered. 2. Demonstrated experience with the following projects: LEED certified projects sustainable enhancements and innovative technologies that could be used to exceed the standard basis of design in an effort to achieve a fully sustainable project. (i.e. Net-Zero ) 3. Demonstrated experience with preparation of cost estimates in the latest version of M-CACES (MII Software) and PACES. In the event that the firm does not have experience in MII software and/or PACES, it shall demonstrate cost estimating procedures. AE must be able to conduct a Life Cycle Cost Analysis (LCCA) determination where applicable to the project. 4. Demonstrated experience in retro commissioning and enhanced commissioning. 5. Demonstrate ability to prepare construction phasing plans and other services that may include preparation of operation and maintenance manuals, shop drawing reviews, design during construction, commissioning, retro-commissioning, site visits, similar to the categories listed in paragraph 2 Project Information. Projects completed before December 2005 will not be considered. 6. Demonstrate ability to produce quality design. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. 7. Demonstrate the ability to provide a QA/QC plan indicating how the prime plans to manage their team to ensure that quality products are prepared. 8. Demonstrate ability to prepare CADD drawings. Deliverables in CADD format will be required. Deliverables shall be in Micro station or AutoCAD format. Building Information Modeling (BIM) will also be required. Preparation of CADD drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) standards, New York District CADD standards, Design Submission Requirements Manual, and latest standard release of Computer-aided software. (CADD). 9. Demonstrated capability to execute multiple task orders simultaneously. 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: NOTE: resumes must be provided for each discipline. (1) Project Manager (Licensed) (2) LEED AP Manager (Accredited) (3) Quality Assurance Manager (QA/QC Plan) (4) Architecture (Licensed) (5) Civil Engineering (Licensed) (6) Mechanical Engineering (Licensed) (7) Commission Authority CxA (Certified) (8) Electrical Engineering (Licensed) (9)Fire Protection Engineer (*Licensed) (10) Cost Engineering (11) Geotechnical Engineering (Licensed) (12) Historical Architect *Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01 as of the posted date off this announcement Qualifications statements must be received must be received by 27 February 2012, 2:00PM EST. to receive consideration. Submissions should be 10 point font minimum, single-spaced. Qualification statements are to be mailed or hand-delivered to: U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, N.Y., New York 10278, Attention: Jason L Parker, Contracting Division or may be submitted electronically as PDF files emailed to: jason.l.parker@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-AE-0003/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02662264-W 20120128/120126235143-8bf67c7325db9380fa781717ed0819fd (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.