Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
MODIFICATION

C -- Amendment 0001 to General Architect-Engineer (A-E) Services in Georgia, Armenia, and Azerbaijan

Notice Date
1/27/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-15-R-0011
 
Response Due
2/12/2015
 
Archive Date
3/28/2015
 
Point of Contact
rumi.shimooka, 4906119744-2788
 
E-Mail Address
USACE District, Europe
(rumiko.shimooka@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to hereby do the following: 1. Change the paragraph 4.a. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE. All other terms and conditions remain unchanged. ------------------------------------------------------------------------------------ 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) Indefinite Delivery Contract (IDC) will be negotiated and awarded with a contract period not to exceed five years. This will consist of a base contract lasting one year, and four 1-year options. The amount of work for each contract shall not exceed $5,000,000 with a maximum limit per task order of $2,500,000. Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits. 2. PROJECT LOCATIONS: This contract will be used primarily to support work in Georgia, Armenia, and Azerbaijan. 3. SERVICES REQUIRED: Multi-disciplined A-E services are expected to include, but will not be limited to: preparation of design criteria, architectural engineering designs, specifications, design-related analyses and studies, and cost estimates for military facilities. Additional support may include environmental documentation, permits, special studies, and other environmental activities as required by US and host nation laws and regulations; feasibility studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-builts, and engineering and design during construction. Additionally, support may including planning services such as comprehensive master plans, installation real property master planning, infrastructure assessments, planning & design charrettes, CAD/GIS mapping, and systems analysis of existing facilities and infrastructure. Also, the A-E services may include construction inspection services, and certification that the construction is in conformance with the design in accordance with host nation requirements. This program primarily involves planning and design of military facilities in Georgia, Armenia, and Azerbaijan. There is also potential for planning and design to support other Programs such as Humanitarian Aid and environmental documentation, permits, special studies. The design requirements shall need to consider both US design codes and country specific design codes and standards. 4. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. Required services and location described above will be considered in evaluation of all criteria. a. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, key subcontractors and/or free-lance associates. The Offeror shall submit a maximum of five projects total, all five projects must be completed within the last five years, from the date of this solicitation, in the types of projects specifically indicated above in paragraph 3. SERVICES REQUIRED. If more than five projects are submitted, only the first five projects listed in the proposal will be evaluated. Each project example should include the following information: which prime firm, partner, consultant or key subcontractors executed the project, a description/narrative/photos of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Projects should also list any key personnel that worked on the submitted projects. Indefinite-Delivery, Indefinite Quantity (IDIQ) Contracts, where numerous Task Orders are listed together, are not acceptable as projects. Rather each Task Order would be considered a project. If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required. The letter of commitment must be signed by both parties to be considered. b. PROFESSIONAL QUALIFICATIONS: The A-E firm must identify the qualifications of personnel in the following key disciplines: Project Manager, Architect, Civil Engineer, Electrical Engineer, Structural Engineer, Mechanical Engineer, Cost Engineer, Construction Management, Geotechnical engineer and Environmental Engineer. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the proposed team for all proposed key personnel. c. PAST PERFORMANCE: Past performance of the A-E, joint venture partners, and key subcontractors on 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. MANAGEMENT PLAN: Submittals must include in Blocks D and H of the SF 330 a Management Plan that addresses, as a minimum, the A-E's approach to project management, organization, lines of supervision and communication, and coordination of disciplines, and, if applicable, coordination with partners, joint venture partners, key subcontractors and consultants. 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. e. CAPACITY: Capacity to perform approximately $2,500,000 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 capacity to execute multiple Task Orders simultaneously. f. KNOWLEDGE OF LOCALITY: Knowledge of Engineering, Design and Environmental Requirements in Georgia, Armenia, and Azerbaijan. 5. SUBMISSION REQUIREMENTS: A-E Firms that have the capability to perform this work are invited to submit two printed copies and one electronic copy (CD or DVD) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, 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 quote mark x 11 quote mark 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 size quote mark 11. quote mark 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/forms/type/TOP 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 such as prices, as 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, or translation, of a legally binding Joint Venture agreement in English. b. Identification of the party who can legally bind the Joint Venture. If credit for the experience and past performance of key subcontractors is desired, English translations and copies of original letters of commitment shall be submitted. 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 advised. 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. c. For U.S. Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Tre Santos) Announcement W912GB-15-R-0011 CMR 410, Box 7 APO AE 09049 d. For German postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Box 7/Tre Santos) A-E Announcement W912GB-15-R-0011 Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany 7. POINT OF CONTACT for additional information: Primary POC: Mr. Tre Santos, Contracting Officer E-mail: dayon.t.santos@usace.army.mil Phone: +49-611-9744-2427(outside Germany); (0)611-9744-2427(within Germany) Fax: +49-611-9744-2618(outside Germany); (0)611-9744-2618(within Germany) Alternate POC: Ms. Rumiko Shimooka, Contract Specialist E-mail: rumiko.shimooka@usace.army.mil Phone: +49-611-9744-2788(outside Germany); (0)611-9744-2788(within Germany) Fax: +49-611-9744-2618(outside Germany); (0)611-9744-2618(within Germany)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-15-R-0011/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN03626151-W 20150129/150127234819-e31ac6b8da9f36d121275b5397291c35 (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.