Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

C -- Indefinite Delivery-Type(Multidiscipline)Contract for Aberdeen Proving Ground, MD but may be used throughout the North Atlantic Division

Notice Date
6/26/2003
 
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
DACA31-03-R-0033
 
Response Due
7/28/2003
 
Archive Date
9/26/2003
 
Point of Contact
MARY A. RICHE, (410) 962-4880
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(MARY.A.RICHE@NAB02.USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: Architect-Engineer services are required for one Indefinite Delivery-Type (Multidiscipline) contract for Aberdeen Proving Ground, MD but may be used throughout the North Atlantic Division. The size standard for this procurement is $ 4,000,000 average annual receipts over the last 3 years; the North American Industry Classification Code (NAICS) is 541330. This contract will be for $3,000,000.00 with a base period not to exceed one year and two option periods. The amount of the work in each contract period will not exceed $1,000,000.00. An option pe riod may be exercised when the contract amounts for the base period or preceding option period has been exhausted or nearly exhausted. Contract will be firm fixed price. The announcement is open to all businesses regardless of size. The anticipated awar d is November 2003. 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 Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of the total planned subcontracting dollars shall be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions, 10% with Women Owned Small Business (WOSB), 3% shall be placed with Hubzone Small Businesses (HubSB), 3% with Veteran-owned small business and 3% with Service Disabled Veteran-owned small businesses. This plan is not required with this submittal. 2. PROJECT INFORMATION: Work may consist of preparation of reports, studies, topographic surveying, testing, sample analysis, design criteria, management plans for lead and asbestos contaminated materials, design and other general/multi-discipline environmental engineering services, renovation, maintenance and repair, and minor construction projects. Key disciplines that are required to be registered and licensed are: Architect, civil engineer, electrical engineer, structur al engineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, and industrial hygienist. Other key disciplines that shall be presented are: interior designer, cost estimator, and landscape architect. 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. Work Management: A proposed management plan shall be presented which shall include an organizatio n chart and briefly address management approach, team organization, quality control procedures, cost control, coordination on in-house disciplines and consultants on similar projects. The SF 255 shall clearly indicate the primary office where the work wil l be performed and the staffing at this office. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. (1) Asbestos Services: The A-E firm, should be capable, either in-house or through subcontract, or providing asbestos abatement design services, such as survey, design, contract specifications, cost estimates and construction procedu res. (2) Lead Paint Services: The A-E firm should be capable, either in-house or through subcontract, of providing lead paint abatement design services, such as survey, design, contract specifications, costs estimates and construction procedures. (3) Stor mwater Management Services: The A-E firm should be capable, either in-house or through subcontract, of obtaining all necessary state permits, etc., and providing design services for stormwater management, and sediment and erosion control. (4) Traffic Engin eering Services: The A-E firm should be capable, either in-house or through subcontract, of providing services for the traffic studies/designs. They should be fully familiar with the current country/state regulations. (5) Nondomestic owned A-E firm which does not currently possess Industry Security Clearance, or cannot divest foreign ownership, will not be considered eligible. Certain phases of these projects will be restricted to US citizens who can successfully obtain National Agency Check wi th Inquiries. (6) All Engineering drawings shall be prepared using Computer-Aided Drafting/Design (CADD) technology. All drawings must follow the A/E/C CADD Standard 2.0 from the CADD/GIS Technology Center for Facilities, Infrastructure, and Environment. The delivery of these drawings to The Government shall consist of one set of hard copy documents as well as digital files in Microstation (.DGN) format. No other CADD format will be accepted. These files are to be delivered on 3-1/2 inch floppy discs or CDs. (7) All projects that require field site surveys will be performed by a Registered Professional Land Surveyor. This work shall be tied into the installation monument system on Universal Transverse Mercator (UTM) projection and WGS84 datum for horizo ntal locations. Vertical elevations will be on NAD 88 datum based on Aberdeen Proving Ground monuments. Delivery of surveyed data shall consist of one set of hard copy drawings signed by a Registered Professional Land Surveyor as well as digital files co mpiled in Microstation (.DGN) format. These files are to be delivered on 3-1/2 inch floppy discs or CDs. (8) The A-E firm should be capable of providing simplified concept design for construction award through Job Order Contracting (JOC) or Multi Task Ord er Contracting (MTOC). The firm should be capable of preparing cost estimates based on R.S. Means. The APG uses the electronic version of Means, such as Pulsar. Estimate must be broken by division number and title in accordance to the CSI format. Estim ate must be sufficiently detailed to be effective in evaluating line-by-line contractors proposal. No lump sum items are acceptable. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255. A SF 255 must be submitted for prime and joint ventures and a SF 254 must be submitted for prime, joint ventures, and consultants to the above address, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. Include the firms ACASS number on the SF 255, Block 3b. On the SF 255, Block 6, provide the ACASS number for each consultant (if available). If your firm does not have an ACASS number, it can be obtained from the Portland District Corps of Engineers ACASS database by calling (503) 808-4591. On the SF 255, Block 9, provide contract award dates for a ll projects listed in that section. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to perform the work. One Pre-selection Board and one Selection Board will be conducted from this solicitation. Telephone interviews wil l be conducted with the short listed firms. Submit all responses to: U. S. Army Corps of Engineers, City Crescent Building, ATTN: Ms. Sharon L. Roland, Rm 7000, 10 South Howard Street, Baltimore, MD 21201. Contracting questions can be directed to sharon .roland@nab02.usace.army.mil (410) 779-7886. Technical questions should be directed to Mr. Ash Narula, Aberdeen Proving Ground, MD (410) 306-1166. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in t he Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding CCR registration, the CCR web site can be accessed at http://www.ccr.gov. Other information regarding registration can be obtained thro ugh CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800 -334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. Solicitation packages are not provided for this project. Personal visits for the 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
SN00357939-W 20030628/030626222953 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.