Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL AND GENERAL ENGINEERING SERVICES

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
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-0021
 
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
NOTICE AMENDED ON 5/18/2017 to clarify submission requirements, SF330 due date extended from 05/22/2017 to 06/02/2017 DESC: 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award up to 3 Indefinite Delivery Contracts for Architectural and General Engineering Services. Each contract will have a maximum cumulative total for the contract not to exceed $5,000,000.00. Each contract will be for a period 5 years (60 months). The cumulative amount of all task orders is estimated to not exceed $1,000,000.00 per year. 2. PROJECT INFORMATION: The selected firm will be used primarily for Architectural and General Engineering type services in support of the Tobyhanna Army Depot, Monroe County, Tobyhanna, Pennsylvania. Work for the Philadelphia or other Districts or in support of other agencies and at other locations may be a part of this contract. The work under these contracts will primarily be in support of Military missions at Tobyhanna Army Depot. However, work for other Military Installations, work under the Civil Works, and the Support for Others Program, and missions assigned to the Philadelphia District may be a part of the contract but will be funded by others installations provided capacity is available and approved by Tobyhanna Army Depot to utilize that specific capacity. Most work will be within the Tobyhanna Depot's boundaries. Work may be required outside of these boundaries. Primary work under this contract will involve but not be limited to; the construction, renovations, repairs and additions to institutional and industrial facilities. Other secondary work may include the construction, renovation, repair and addition to: residential, commercial, and recreational facilities. Types of related work including but not limited to concept and planning and master planning type efforts including preparation of DD form 1391 (Military Construction Project Data) in accordance with Army Regulation 415-1, economic analyses, highway, other paved surfaces, utility system, site work, interior design, and landscaping shall be a part of both the primary and secondary work. Both primary and secondary work shall include: master planning, environmental and energy related areas, architectural, civil, structural, mechanical, electrical, fire protection, sanitary, geotechnical, interior design, support during construction, and landscaping. Other related work shall include historical preservation, life safety analysis, storm water management, Americans with Disabilities Act (ADA) conformance, economic and life cycle cost analysis, planning, site investigations, design analysis, claims analysis, schedule preparation, surveying, GIS support, studies, reports, and expert witness efforts. The Third level of work under this contract shall include but not be limited to: preparation of concept, preliminary and detailed designs for the removal/remediation/abatement/restoration of facilities and/or areas with environmental hazards including soil and groundwater, lead paint, asbestos, PCB's, CFC's, contaminated wastes and energy savings areas. Professional qualifications in the Primary areas shall include but not be limited to: architect, civil, geotechnical, structural, mechanical, electrical, fire protection engineers, landscape architect, interior designer, surveyor, specification writer and cost estimator for these efforts. Technical support, including drawing production, and other related efforts shall be required. Secondary professional qualification for other related and secondary design efforts shall include but not be limited to: environmental engineer, environmental scientist, certified industrial hygienist, biologist, geologist, chemist, hydrology, hydraulic engineering, Technical support, including drawing production, graphics, and other related efforts shall be required. Responding firms shall indicate their experience with the Automated review management system, Dr. Checks; the Corps of Engineers M-CACES MII cost estimating system, the U. S. Army Corps of Engineers Computerized Specifications (SPECSINTACT), and the production of drawings and graphic data in Computer aided Drafting and Design system (CADD). The contractor must be able to supply completed products in Windows PC compatible software. The contractor shall adhere to the Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE). The firms must be qualified in the work areas described and be familiar with the Unified Facilities Criteria(UFC) requirements and regulations of the Corps of Engineers, the Building Codes, EPA, Tobyhanna Army Depot Design standards and specifications for all trades, and other agencies which have jurisdiction. All design projects/products shall meet Tobyhanna Army Depot Standards in the latest versions of Auto Cad, Revit and GIS. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience of the firm in the primary types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (2) Specialized experience of the firm in the other, secondary and third level types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Professional qualifications necessary for satisfactory performance of required services; (4) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) Past performance on relevant Department of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consideration; (6) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (7) 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 the announcement are invited to submit a completed SF 330 Parts I and Part II (revised 08/16) for the prime firm and SF 330 Part II for each consultant. It is requested that the SF330's also be provided on a CD-ROM along with one hardcopy. Please submit this information to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, ATTN: Megan Rogers Coll, Philadelphia, PA 19107-3390 not later than the close of business 06/02/2017. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. All contractors are advised that registration in the System Award Management System (SAM) at www.sam.gov is required prior to award of a contract. 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 www.sam.gov. As a requirement for negotiations, the selected contractor(s) 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 proposals, information, documentation, etc. in accordance with established schedules. The NAICS Code is 541330 with a size standard of $15.0 Mil. This is not a request for proposals. No other notification to firms for this project will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-R-0021/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building,100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN04514206-W 20170520/170519000030-0b9273098f4d34022282b4f0afdbfcb1 (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  © 1994-2020, Loren Data Corp.