Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

C -- ARCHITECTURAL ENGINEERING AND MASTER PLANNING SERVICES FOR TOBYHANNA ARMY DEPOT

Notice Date
5/4/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-R-0018
 
Archive Date
6/20/2017
 
Point of Contact
Hope Edge, , Michelle J Bertoline,
 
E-Mail Address
hope.j.edge@usace.army.mil, michelle.j.bertoline@usace.army.mil
(hope.j.edge@usace.army.mil, michelle.j.bertoline@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C-Architect and Engineer Services OFFADD: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building,100 Penn Square East, Philadelphia, PA 19107-3390 SUBJECT: C-INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL ENGINEERING AND MASTER PLANNING SERVICES FOR TOBYHANNA ARMY DEPOT, PENNSYLVANIA UNRESTRICTED SOL: W912BU-17-R-0018 POC: Contact: Megan Rogers Coll, 215-656-6893 DESC: 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for Architect-Engineer and Master Planning Services for Tobyhanna Army Depot, Pennsylvania. It is intended to award two indefinite delivery contracts, having a not to exceed value of $12,000,000.00 each. The contracts will be for a five year duration unless the total of the awarded task orders reaches $12,000,000.00 sooner. 2. PROJECT INFORMATION: Project consists of providing Military Architectural/Engineering/Planning Services for the preparation of documents in support of Master Planning activities for Tobyhanna Army Depot; Tobyhanna, Pa. The Master Planning expertise required includes, but is not limited to, the following: Land use plans; Long range components; Short-range components; Capital investment strategies; Installation design guides; Real property management plan digests; Facility utilization studies; Tabulation of Existing and Required Facilities (TAB) updates; Army Stationing and Installation Plan (ASIP) verifications; Site investigations; Range planning; Architectural, Electrical & Civil Designs Surveying; Aerial photography and related mapping; DD forms 1391; Planning charrettes; Utilities and storm water management assessments; Transportation management plans and traffic assessments; Contingency assessments (for expansion/contraction of installation); Future development plans; Facilities requirements analyses; Landscape development plans; To include AE Design Services Building information schedules; Installation Compatible Use Zone (ICUZ) studies; Communication plans; Energy management and support; Energy plans; Fire and life safety studies; National Environmental Policy Act (NEPA) compliance, including preparation of environmental assessments (EA) or impact statements (EIS), and associated NEPA public disclosure & coordination procedures; Natural and cultural resources management planning and National Historic Preservation Act (NHPA) compliance management planning (i.e., Section 106 and 110 procedures); Physical security and force protection plans (in accordance with DoD regulations), and Experience working with regulatory, review, permitting agencies submission requirements and procedures (planning, historic, environmental, etc.). The AE shall also be prepared to support development and sustainment of the Geographic Information System (GIS) and related databases and networking. Periodic or on-going system maintenance and/or sustainment, as well as long-term GIS improvement and refinement are potential tasks within this contract. Firms must demonstrate experience with various GIS platforms and the Tri-Services Standards. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized relevant experience, knowledge, and technical competence in military master planning and design. Military master planning experience shall be in accordance with current Department of the Army Master Planning regulations and guidance, including AR 210-20, Master Planning for Army Installations, and other references cited therein. Relevant experience in GIS data development, operation and sustainment, and associated database and network management for multiple users. A/E must demonstrate experience in using GIS to maintain the Master Plan as a living document. (2) Professional qualifications: The evaluation will consider overall and relevant experience, education, training, registration, and certification. Possession of secret clearance and approved secret document storage facilities, or the ability to obtain same. Qualified professional personnel in the following key disciplines: Urban/community planner Architect Landscape architect Surveyor GIS expert GIS technician CADD expert Cost Estimator Ecologist Biologist Economist Archeologist Fire protection Historic and cultural resource analyst Registered or certified professionals are required in the following disciplines: Planning Architecture Civil Mechanical Electrical Structural engineering Fire protection Landscape architecture (3) Capacity of the firm to accomplish the magnitude of work necessary to support the installation(s) in the processing of facility management, master planning, and programming missions. The A/E must be capable of responding to multiple work orders concurrently, and be highly skilled and capable of leading in the development, improvement, and sustainment of installation GIS platforms and capabilities; (4) Past performance, especially on relevant Department of Defense contracts will be reviewed in terms of cost control, quality of work and schedule compliance. Lack of such performance will not necessarily preclude a firm from consideration; Past performance will be based on CPARS/PPIRS ratings as reviewed by the Government. (5) Extent of participation of Small Businesses, Small Disadvantage Businesses, HUBZone, 8(a), Women Owned, Service Disabled Veteran Owned Business, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort; (6) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: Firms which desire consideration and meet the requirements described in this announcement are invited to submit one completed hardcopy and one CD-ROM SF 330 Part I and II (revised 3/13) for the prime firm and prepare a separate Part II for each firm that will be part of the team proposed and submitted with Part I. If a firm has branch offices, submit a separate Part II for each branch office that has a key role on the team to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, ATTN: Megan R. Coll, Philadelphia, PA 19107-3390 not later than the close of business on the 30th day after the date of this announcement June 05 2017. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. No electronic submissions will be accepted. All contractors must be registered in the DODs System for Award Management (SAM) database as required by DFARS 204.7300. Failure to be registered in the SAM Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.SAM.gov. As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the twelve (12) months preceding this announcement. As a requirement for negotiations, the selected contractor will submit for government approval, a quality control plan that will be enforced through the life of the contracts. The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to Government requests for proposal, information, documentation, etc. in accordance with established schedules. The NAICS Code is 541330 with a size standard of $15 mil. This is not a request for proposals. No other notification to firms for this project will be made. This procurement is Unrestricted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-R-0018/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building,100 Penn Square East, Philadelphia, Pennsylvania, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN04497234-W 20170506/170505000334-c6f972eff18a3556b8492837cc07cde1 (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.