Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2002 FBO #0354
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT #46 FOR GENERAL ARCHITECT-ENGINEERING SERVICES, PRIMARILY WITHIN THE BOUNDARIES OF FORT MONMOUTH AND ITS SURROUNDING AREAS

Notice Date
8/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
CBAEN-02-225-0016
 
Response Due
9/13/2002
 
Point of Contact
Ina Ohrwashel, 212-264-0154
 
E-Mail Address
US Army Engineer District, New York - Military
(Ina.J.Ohrwashel@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Scope of services required: The following services are required (in random order) architectural design capabilities, electrical, mechanical, civil, structural, geo-technical, fire protection engineering, and topographical surveying capabilities. It is re quired that this contract will have an architectural firm as the lead firm. Preparation of design and construction documents to include: plans, specifications, cost estimates, design analyses and construction services for various projects to include, but not limited in scope to: architectural design of buildings for new construction and renovation; rehabilitation of commercial office buildings, laboratory buildings, research and development facilities, historic and residential buildings; HVAC systems, pl umbing, fire protection and electrical. Firms should submit specific projects that demonstrate their recent experience in the above areas. The selected firm may also be required to perform design reviews. These services will be provided under one (1) ind efinite delivery contract. The contract will be for a base period of up to 12-months, with one (1) option period of up to 12 months. The contract amount (base period plus 1 option period) will not exceed $500,000 and will not exceed $250,000 per period. The cumulative amount of all task orders will not exceed $250,000 per year and each task order will not exceed $250,000. Task Orders may be issued for a period of one year from the date of contract award. The contract will include one (1) option perio d under the same terms and conditions as the basic contract. The Government has the right to exercise the option period after the monetary limit is reached for the base period and prior to the expiration of the time period (365 calendar days). Within the period of time from the time the base contract is awarded up until 365 calendar days is exhausted, all negotiated task orders should use the labor rates from the base period. After the 365 calendar days expire, the negotiated rates for 1st option period will be used. The Government’s obligation is to guarantee a minimum amount of payment of $ 5,000 for the base period and $ 2,500 for the option period. One (1) A/E firm will be selected from this announcement. Technical capability required: Firms not having full in-house capability must demonstrate how they will manage subcontractors to insure quality control. The design team must identify in their submittal the quantity and number of personnel in each discip line available in their working office. A QA/QC plan must be included in the submission. These specific abilities are required: architectural, mechanical, electrical, civil, structural, geo-technical, fire protection engineering and topographical survey ing capabilities. Maintenance and repair design experience and new construction design experience is required. Familiarity with military design is preferred for major disciplines. Fire protection engineering services must be provided by a licensed fire protection/detection specialist and designer. The fire protection engineer must have working knowledge with Military Handbook 1008C, a.k.a, MIL-HDBK-1008C, dated 10 June 1997, Fire Protection for Facilities, Engineering Design and Construction. For the pu rposes of meeting this requirement a qualified fire protection engineer is defined as an individual meeting one of the following conditions: a) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering, and a registered professional engineer (P.E.), from an accredited university engineering program, plus a minimum of 5 years’ work experience in fire pr otection engineering. b) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEE) fire protection engineering written examination. c) A registered P.E. in a related engineering discipline with a minimum of 5 years’ expe rience dedicated to fire protection engineering. Fire Protection criteria shall conform to the requirements of the MIL-HDBK-1008C; the National Fire Codes, published by the National Fire Protection Association (NFPA), specifically NFPA 101, Saf ety to Life from Fire in Buildings and Structures, 2000 edition, except as modified within the MIL-HDBK-1008C; and portions of the Uniform Building Code (UBC), published by the International Conference of Building Officials, as specifically referenced with in MIL-HDBK-1008C. Additional criteria includes portions of the Loss Prevention Data Sheets, published by Factory Mutual Engineering Corporation (FM), as specifically referenced within MIL-HDBK-1008C. Special Qualifications: Experience with design of projects on military installations is preferred. Responding firms must provide all documents via electronic media. Production of drawings (CADD) must be accomplished in Microstation Intergraph System ver sion “J” or fully translated by the firm into a compatible format. Cost Estimates shall be accomplished using the current version of R.S. Means Cost Works translated to the current version of MS Excel. Closing date for submitting SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on Nov 92 version of SF255 and SF254. SF2 54 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the ma nner in which the selection process is conducted. Evaluation factors in descending order of importance: A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary for satisfactory performance of required services. 3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time. 5. Knowledge of the locality and location in the general geographical area provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from a ny geographical area. 6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consult ants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. (if applicable) B. Secondary Selection Criteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2. Geographic Proximity in relation to location of project. 3. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DoD c ontracts. Approximate start date of contract: March 2003 Approximate completion date of contract: March 2006 Small and small disadvantage d firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable exte nt with small and small disadvantaged firms in accordance with Public Law 95507. If a large business firm is selected, a small business subcontracting plan will be required prior to award. . Firms which have not previously applied for New York District projects and firms which do not have a current SF254 on file with the New York District should submit two of the SF254 with this initial response to CBD announcement. Firms u sing consultants should submit copies of the SF254 for their consultants. a) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and th at the firm may request a debriefing. b) The A/E’s request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. c) Debriefing(s) will occur within 14 calendar days after receipt of the written request. d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-AUG-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 19-NOV-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA51/CBAEN-02-225-0016/listing.html)
 
Place of Performance
Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00207805-F 20021121/021119215609 (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.