Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2003 FBO #0526
SOLICITATION NOTICE

C -- C-INDEFINITE DELIVERY CONTRACT(IDC) FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS PROJECTS FOR THE CAPITAL DISTRICT REGION WHICH INCLUDES FORT BELVOIR, VA., FORT MYER, VA., A.P.HILL, VA. AND FORT MCNAIR, D.C.

Notice Date
5/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, North Region Contracting Center, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
DABJ01-03-R-0047
 
Response Due
6/9/2003
 
Archive Date
8/8/2003
 
Point of Contact
Rhoda Harrison, 757-878-3166 x 277
 
E-Mail Address
Email your questions to ACA, North Region Contracting Center
(harriso1@tac.eustis.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA A-E Services for the design, preparation of plans, specifications, and cost estimates for various projects, as needed for the Capital District Region which includes Fort Belvoir, VA., Fort Myer, VA., A.P. Hill, VA., and Fort McNair, D.C. CONTRACT INFORMAT ION: The services that may be required will consist of, but not limited to one or more of the following: Designs and/or Feasibility Studies for new structures, various repairs, alterations and/or improvements to Barracks, Administrative facilities, Famil y Housing Units, Medical Facilities, Warehouses, and other existing facilities; Building condition reports; Rehabilitation of historic buildings and structures; Project Management and Inspection Services for Construction projects; AutoCADD Services; Enviro nmental Surveys, Reports, Studies, Designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products and Lead Base paint; HVAC Replacement; ADA; Master Planning documentation and DD 1391 preparatio n. It is anticipated that two (2) Indefinite Delivery Contracts (IDC) will be negotiated and awarded. Each will be for one (1) Base period, plus two (2) Option periods. Task Orders for the base period and option periods shall not exceed $1,000,000.00 pe r period. The cumulative total of all Task Orders for both the base and option periods shall not exceed $3,000,000.00. The maximum dollar limitation for any task order awarded, shall be limited to $1,000,000.00. Upon exhausting the dollar value for any period, the next option period may be exercised at that time. The contracts?????? anticipated award dates are August/September 2003. Additional awards may result from this synopsis, for a period of up to one (1) year after the date of selection approval. This announcement is being solicited on an Unrestricted basis. Should a large business be selected for this contract, it shall comply with FAR 52.219-9, Small Business Subcontracting Plan, for that portion of work it intends to subcontract. This plan i s not required with this submittal, but must be approved prior to award to any large business. The NAICS code for this requirement is 541330 Engineering Services and the size standard is $4.0 million in annual average gross revenues for the last three (3) fiscal years. A Request for Proposal (RFP) will be issued to the Top Ranked Firm(s) as determined by the Selection Board(s) based upon the Selection Criteria and Interviews. All firms must be registered in the DoD Central Contractor Registration (CCR) d atabase prior to any award resulting from this announcement. ****SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E and F are secondary and will be used as tie-br eakers among technically equal firms. ****A. PROFESSIONAL QUALIFICATIONS: The proposed design team(s) must possess registered personnel with experience in the following disciples; Architectural, Structural, Mechanical, Electrical, Civil, Land Surveying, Geotechnical (Soils Engineer), and Environmental. In addition, a Certified Industrial Hygienist (CIH) must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate MUST be included with Block 10 of the SF 255. Address the p roposed method of carrying out the work to meet the anticipated project requirements. ****B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address the experience of the proposed design team(s) by providing specific examples of projects in a wide varie ty of multi-discipline design projects and studies as listed above. Indicate work completed under current and/or recently completed IDC's. Include Contract number(s), Point(s) of Contact, telephone number(s) and e-mail addresses. Firms must indicate in Block 10 of the SF 255 their Computer resources on the following items; (1) Accessibility to and familiarly with the Construction Criteria Base (CCB) System; ( 2) SPECSINTACT Specification System; (3) MASTERSPEC Master Specification Systems; (4) DRChecks Design and Review Checking System; (5) Must possess in-house/consultant MicroStation V8 capabilities as well as AutoCADD version(s) 14 and 2000; and (6) fami liarity with International Building Codes (IBC) . ****C. CAPACITY TO ACCOMPLISH WORK. Firms must address the ability of the design team(s) to complete projects within mandatory time frames, including multiple Task Orders under an IDC. Provide specific e xamples of such in Block 10 of the SF 255. ****D. PAST PERFORMANCE. Provide examples of Past Performance on project specific work (within the past 5 years), including past and/or current IDC's, with the Department of Defense (DoD) and other Government Ag encies and/or private industry. Provide all recent and relevant ACASS Evaluations (last two years at a minimum). Provide letters of evaluations and/or recognition by other clients. Provide specific examples of cost control and estimating performance on p ast projects. Include a Point of Contact with current telephone/fax numbers and e-mail address for each contract/project listed in BLOCK 8c of the SF 255. ****E. LOCATION. Location of the firm within the general geographical area of the proposed require ment(s). ****F. VOLUME OF WORK. Provide the volume of DoD and other Government Agency contracts awarded in the past 12 months and/or currently being performed (include design fee and estimated construction value in Block 9 (e. Estimated Costs)) of the SF 255. ADDITIONAL SUBMISSION REQUIREMENTS: ALL requirements of this announcement MUST be met for a firm to be considered responsive. Interested firms having the capabilities to perform the anticipated work must submit an original SF 255 for the Firms pro posed Design Team(s) and a current SF 254 for the Prime Firm and for all consultants as listed in Block 6 of the Prime??????s SF 255. The SF 254 MUST include the following: (1) BLOCK 7 and 7a: Firms with more than one office must provide addresses, telep hone/FAX numbers and number of personnel for each office and clearly indicate the Office which will be primarily responsible for work under this contract. The SF 255 must include the following: (1) BLOCK 3: The Prime Firm's ACASS ID number, and Central C ontractor Registration (CCR) number; (2) BLOCK 4: distinguish by discipline the number of personnel in the Prime's office (line B), and all consultants (line A), THAT WILL BE DEDICATED TO AND PERFORM THE WORK, and the total number of personnel; (3) BLOCK 7c: Each key person's office address, including telephone/FAX numbers and e-mail addresses if different than as stated in block 3 of the SF 255 or block 1 of the SF 254; (4) BLOCK 7f: Registrations must include state, year and discipline; (5) An organiz ational chart indicating all key personnel (Prime and Consultants), to be utilized under this contract. Supplemental information, such as cover letters will not be taken into consideration. The complete Package must be received at the following address by 3:00 PM on Monday June 9, 2003. Northern Region Contracting Center (NRCC) ATTN: LaVerne Whitfield 2798 Harrison Loop Fort Eustis, VA. 23604-5538 No exceptions. Submittals received by FAX or e-mail will not be accepted. Prior to the final selection, firms considered Most Highly Qualified to accomplish the work will be interviewed via telephone conference call. For additional submission information , see numbered note 24.*****
 
Place of Performance
Address: Capital District Region Fort Belvoir, VA., Fort Myer, VA., A.P. Hill, Va and Fort McNair, D.C. Fort Belvoir VA
Zip Code: 22060
Country: US
 
Record
SN00319582-W 20030509/030507213512 (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.