Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

C -- Architect Engineering services are required for one indefinite delivery Multi-Discipline contract for the Defense Distribution Depot, Susquehanna, PA, that may be used for missions of the Baltimore District Army Corps of Engineers

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACA31-02-R-0050
 
Point of Contact
Susan Sonenthal, 410-962-7646
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(susan.j.sonenthal@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 17. DACA31-02-R-0050 INFORMATION: Architect Engineering services are required for one indefinite delivery Multi-Discipline contract for the Defense Distribution Depot, Susquehanna, PA, that may be used for missions of the Baltimore District. The contrac t will be for $3,000,000 cumulative, not to exceed 3 years. Individual task orders will not exceed the $1,000,000. A firm-fixed-price contract will be negotiated. This announcement is open to all businesses regardless of size. Small businesses are enc ouraged to team with other small businesses. When one or more AE Indefinite Delivery-Type contracts with similar scopes of work exist, the basis for selecting an AE for a particular delivery order will be based on several factors. Among these factors are current capacity of the contracts, ability of the AE to perform the task in the required time, any unique specialized experience that the AE can offer, and performance and quality of deliverables under the AE's current IDTC, along with customer responsiven ess. While this process is necessarily a subjective process, the intent of this contract is to satisfy customer needs in an expeditious and cost effective mode. PROJECT INFORMATION Work may consist of preparation of reports, studies, design criteria, esti mates, contract drawings and specifications and other general AE services, for multi-disciplined alterations, maintenance, tenant fit-up and operations, repair or minor construction. SELECTION CRITERIA: See note 24 for general selection criteria. The crit eria, which will be the basis for selection of firms, are generally described as the following. (1) Design of new and rehabilitation of existing facilities; (2) Preparation of project programming documents such as DD Forms 1391 or planning and feasibility studies;(3) Preparation of economic analyses for projects, performing field surveys and data conversion of utiity maps to create and/or update the Basic Information Maps for DDSP. 3) Past Performance on similar contracts in terms of quality control as as surance, cost control, and meeting established schedules; (4) Capacity to perform task directives within prescribed time; and (5) Construction cost estimating and producing CADD drawings using AUTOCAD (DWG) Release 2000, translations to deliver final draw ing products are not allowed. Contract Drawings shall be provided in both digital format and hard copy. The digital files shall be delivered on 3-1/2 inch (1.44 mb) high-density floppy disks or CD. (6) Producing quality designs based on a firm?s design quality management plan (DQMP). The evaluation will consider the management approach,, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant contractors on similar project. ( 7) The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders concurrently. The contractor shall be capable of responding to emergencies within 24 hours of notification. Location of the firm in the general geographic area will be considered. The key disciplines that are required are: Registered and licensed personnel for the following disciplines: Architect, civil engineer, electrical engi neer, structural engineer, mechanical engineer, sanitary engineer, fire protection engineer, geotechnical engineer, land surveyor, and industrial hygienist (in lieu of a registered fire protection engineer, a registered architect or a registered engineer w hose principal duties are fire protection engineering and who is a full member in good standing of the Society of Fire Protection Engineers will be accepted), and (2) certified cost engineers and scheduling specialist. The evaluation will consider each per son?s education, training, overall and relevant and longevity with the firm, the availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders concurrently. The contractor shall be capable of responding to emergencies within 24 hours of notification. Location of the firm in the general geographic area wi ll be considered. Work Management: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, coordination of in-house disci plines and consultants, and prior experience of the prime firm and any significant consultants on similar projects. The SF 255 shall clearly indicate the staffing of the office indicated to do the work. Past performance on DOD and other contracts with re spect to cost control, quality of work, and compliance with performance schedules. The firm shall discuss in the SF 255 how these services will be obtained for a particular task order. Extent of participation of small business firms including woman-owned small business (WOSB), Small Disadvantaged Businesses (SDB), Historically Black Colleges and Universities (HBCUs), HUB Zone small business firms and minority institutions in the proposed contract team, measure as a percentage of the total estimated effort. Volume of DOD contracts awarded in the last 12 months as described in Note 24. 4. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Se ction 806 (b) of PL 100-180, 95-907, and 99-661. A minimum of 40% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with Small Disadvantaged Bu sinesses (SDB), to include Historically Black College and University or Minority Institutions, 2.5% to HUB Zone small business firms, 8% with Women-Owned Small Businesses, and 3% with Veteran-Owned Small Businesses. Baltimore District (CENAB) encourage s WOSB and SDB participation as prime contractors. The plan is not required with this submittal. The size standard for this procurement is $4,000,000 average annual receipts over the last 3 fiscal years; the Standard Industrial Classification Code (SIC), is 8711; the North American Industry Classification Code (NAICS) is 541330. 5. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms must submit an SF255 for the prime. SF 254s must be submitted for the prime and for each consultant. These forms shall be submitted to the above address not later than 4:00PM on 21 October 2002. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. Only one copy of a submission (SF 255/SF2 54) is required at this time. The Baltimore District does not retain SF 254?s on file. In block 9 of the SF 255, the prime shall provide contract award dates for all projects listed in that section. One Preselection Board and one Selection Board will be conducted from this solicitation. Telephone interviews with be conducted with the short listed firms (usually 3 firms). In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Reg istration (CCR) to be considered for award of a Federal contract. A paper copy may be obtained from the DOD Electronic Commerce Information Center at 888-227-2423 or Contact CCR web site at www.ccr.gov. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000, Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be reached at 410-962-7646 and via Internet susan.j.sonenthal@nab02.usace.army.mil. Solicitation packages are not provided. Personal visits for th e purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00170325-W 20020920/020918213709 (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.