Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
SOLICITATION NOTICE

C -- Architect-Engineer Services. Up to two (2) Indefinite Delivery Type Contracts for Architect-Engineering Design Services for Military and Civil Projects within the Northwestern Division Boundaries.

Notice Date
9/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-02-R-0043
 
Point of Contact
Loreen Blume, 402-221-4265
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Loreen.K.Blume@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA See Numbered Note 24. For procedural questions contact Ms. Loreen Blume (402) 221-4265; for technical issues contact Mr. Daniel Saniuk, P.E. (402) 221-4521. CONTRACT INFORMATION: Up to two Indefinite Delivery Type contracts may be awarded at staged intervals for a base period of one year and may include two additional one-year option periods. The total value of the two contracts shall not exceed $6,000,000. Fifty (50) percent ($3,000,000) of the total capacity for the two contracts will be awarded to a small business provided a small business responds with a submittal meeting the requirements of the acquisition as stated in the following paragraphs of this no tice. The contract amount will not exceed $1,000,000 in any single calendar year. The base period is one year and each option period will not exceed one year. The option periods may be exercised when the contract amount for the current period has been re ached or nearly reached. Minimum contract guarantee amount is two (2) percent of the capacity of the contract for the base year and one (1) percent of the capacity for each option period. Work will be issued by negotiated firm-fixed-price task orders. Tas k Orders will be issued from time to time as the need arises during the contract period. The amount of the Task Orders will not exceed the contract amount in any period. All contract options may not be awarded if not supported by sufficient workload. Types of services required will include site investigations, studies, reports, concept design, final design, and construction phase services. Allocation of task orders from among firms with IDT contracts for similar work will be based on one or more of th e following factors: specialized knowledge or expertise which would significantly benefit a specific customer or enhance execution, past experience with a specific customer or knowledge of the locality, availability of appropriate staff, performance on pre vious task orders, magnitude of task order relative to remaining contract capacity, and equitable workload distribution. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB), and 4.5% be placed with women-owned small businesses (WOSB) . PROJECT INFORMATION: Task orders under this contract will consist primarily of design for new, addition, and remodel of facilities including (but not limited to) administrative, operations, training, maintenance and production, medical, and housing and com munity improvements. Task orders will also include infrastructure design for facility-related site utilities and grounds, site planning and design, landscaping, and roads and bridges. Finally, task orders will include requirements for facility-related sp ecial designs including fire protection, underground storage tank removal/replacement, interior design (CID/SID), asbestos/lead paint removal, and Energy Management Control Systems (EMCS). Construction cost estimates may be required for any of the design tasks listed above. Work will be primarily located within the geographic boundaries of the Northwestern Division, but may be anywhere in the U.S. subject to higher headquarters approval. It is likely that use of the metric system of measurement may be required for some deliverables under the proposed contract; however, metric system experience is not a selection criterion and is not required for selection. Construction cost estimates will be prepared using the Corps of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) Gold version. (M-CACES software will be provided to the successful firm after contract award. ) Requirements for drawing preparation format are to be fully compatible with Bentley Microstation SE, or AutoCAD version 14 (minimum) depending on specified customer requirements. SELECTION CRITERIA: Criteria for selection, in order of importance, are: (a) Recent experience and technical competence of the firm (including consultants) in: (1) Design for new, addition, and remodel of facilities including (but not limited to) administrative, operations, training, maintenance facilities. Include any related past experience within Northwestern Division (NWD) and its customers. List only experi ence that has occurred within the last five years (include design start and completion dates) and include project programmed amounts, associated design fees, and actual project award amounts. (2) Design of infrastructure for facility-related site utilities and grounds, site planning and design, landscaping, and roads and bridges. Include related past experience within NWD and its customers. List only experience that has occurred within the last five years (include design start and completion dates) and include project programmed amounts, associated design fees, and actual project award amounts. (3) Design of specialized building systems such as fire protection, security detection and alarm systems, communications (voice/data), and Energy Management Control Systems (EMCS). (4) Experience in compliance with laws, regulations, user criteria, or other critical project criteria as related to general project design and construction, and for special asbestos/lead paint removal, underground storage tank removal/replacement, and per mitting required for project construction. (5) Use of the MCASES Gold cost estimating system. List specific project examples (in the last five years) that MCASES Gold was used. (6) Experience with Sustainable Design or ?Green Building? design concepts including energy efficiency, use of recovered materials, waste reduction and pollution prevention in facility design. Provide pertinent information on LEED certified personnel and specific project applications. (b) Quality control procedures and team organization, including consultants as described in the Design Management Plan (see SUBMITTAL REQUIREMENTS). The selected A-E firm must be able to provide designs that meet guidance, criteria and quality standards wi thout detailed review by the District. The firm must also present a logical team organization (org chart or matrix) that provides an effective method of coordination and communication between the individual team members as well as consultants. (c) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: architecture; interior design; landscape architecture/master p lanning; civil; sanitary (water and wastewater treatment); environmental (hazardous waste); mechanical; fire protection; electrical; structural; cost engineering; soils engineering; surveying; and, asbestos/lead remediation. (d) Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. Describe experience with multi-discipline task order type contracts that require the ability to respond quickly to task orders, requests for proposals, and completion of projects on an accelerated schedule. (e) Past performance on previous contracts with respect to cost control, design to cost, quality of work, and compliance with performance schedules. (f) Compatibility with CADD systems for projects and work as described above. The successful firm will show competency with Bentley Microstation SE, or AutoCAD version 14 (minimum) with the ability to deliver electronic CADD and CALS files, as well as vell ums and prints. Higher ratings are issued to firms that are capable of working in both systems. (g) Extent of participation of SB, SDB, and, if appropriate, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (h) Volume of DOD contract awards in the last 12 months with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be con sidered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-CT-M, ATTN: Loreen Blume, 106 S. 15th Street, Omaha, NE 68102-1618. Submittals must be received no later than 3:00 PM CDT on 4 October 2002. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The plan should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-r elationship of management and various team components (including subcontractors). In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS). If firms has no number, so state . In block 6 of SF 255 provide the ACASS firm number for any consultants. If firm has no number, so state. To receive information on how to obtain an ACASS number, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices will not be scheduled.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00156675-W 20020905/020903213534 (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.