Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTIDISCIPLINE ARCHITECT AND ENGINEERING SERVICES PRIMARILY FOR DESIGN SERVICES FOR WASHINGTON, OREGON, IDAHO AND MONTANA

Notice Date
4/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Seattle - Military, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
DACA67-02-R-0217
 
Response Due
5/10/2002
 
Archive Date
6/9/2002
 
Point of Contact
NANCY GARY, 206-764-3266
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle - Military
(nancy.a.gary@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. PROJECT INFORMATION: Project consists of providing multi-discipline Architect-Engineer (A-E) design services for Washington, Oregon, Idaho and Montana, primarily to be used for projects West of the Cascades. Services will be required for architectura l, landscaping/civil, mechanical, electrical and structural engineering design related to the District's mission. Some asbestos and lead paint abatement work may be required. The A-E will be required to prepare plans, specifications, design analyses, and cost estimates as required for a variety of major military construction projects as well as for maintenance, repair and alteration projects. Task orders will involve preparation of Requests for Proposal (RFP's) solicitation documents for Full Design & De sign-Build (D-B) procurement method. 2. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The selection criteria for this particular project are listed below in descending order of importance. Criteria (a)?(f) a re primary; Criteria (g)?(h) are secondary and will only be used as tie-breakers among technically equal firms. PRIMARY CRITERIA: (a) Specialized experience and technical competence of the firm in the types of work required including a familiarity with requirements of District's customers in the geographical area for this contract (b) Professional qualifications of firm?s staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services; (c) Qual ifications and experience relating to SPiRiT and LEED evaluation and certification for Sustainable Design and Development; (d) Capacity of the firm to accomplish the work required in the required time, including whether the firm is currently under contract to Seattle District. (e) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. SECONDARY CRITERIA: (f) Location of the firm in the general geograph ic area of the project and knowledge of locality of the project, given that there is an appropriate number of firms therein for consideration. (g) Small and disadvantaged business or woman-owned firm and their use as a primary consultant. (h) Volume of wor k awarded in the past 12 months by DoD to the firm and consultants to be used on this project. 3. CONTRACT INFORMATION: Multi-discipline Architect-Engineering (A-E) design Engineering Services in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for architectural, landscaping/civil, mechanical, electrical and structural engineering design related to the Seattle District, U.S. Army Corps of Engineers mission. An indefinite delivery contract will be negotiated and awarded, with a b ase period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed approximately $1,000,000. An option period may be exercised when the contract amount for the base or precedin g option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm fixed-priced task orders not to exceed $1,000,000.00. The contract is anticipated to be awarded by 15 JUL 2002. The Standard Industrial Classification System Code (SIC) has been replaced by the North American Industry Classificatiaon System Code (NAICS). The NAICS Code for this procurement is 541310, which is matched to SIC Code 8712. Project is open to both large and small business. *If you are a large bus iness and your bid or proposal will exceed $1,000,000, you will be required to submit a subcontracting plan. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 65% of a contract or?s intended subcontract amount be placed with Small Businesses (SB); (2) at least 9% of a contractor?s intended subcontract amount be placed with Small Disadv antage Businesses (SDB) or Historically Black College or University and Minority institution (3) at least 5% of a contractor?s intended subcontract amount be placed with Women-owned Small Business (WOSB) and , (4) at least 3% of a contractor?s intended sub contract amount be placed with Service-Disabled Veteran-owned SB; and (5) at least 3% of a contractor?s intended subcontract amount be placed with Hubzones. *For the purposes of this procurement a concern is considered a small business if its average ann ual gross receipts are $4 million or less. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Com merce Information Center at 1-800-334-3414. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Qualified firms desiring consideration shall submit one copy of SF 255 (11/92 edition), including organizational chart of key personnel to be assigned to this project, and one copy of SF 254 (11/92 edition) for the prime firm and all consultants. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information , call 503-808-4591. Submittals should be mailed or delivered to t he following address not later than 10 May 02, 3 P.M. local time: U. S. Army Corps of Engineers, Seattle District, Attention: Nancy Gary, 4735 East Marginal Way South, Seattle, Washington 98134-2385. Submittals by facsimile transmission will not be accep ted and will be considered non-responsive. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This is not a request for proposal. Visit the Corps of Engineers web site at http://www .nws.usace.army.mil, for additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/.
 
Place of Performance
Address: US Army Engineer District, Seattle - Military ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00057314-W 20020413/020411213502 (fbodaily.com)
 
Source
FedBizOpps.gov 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.