Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2003 FBO #0737
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY-TYPE (MULTIDISCIPLINE) CONTRACT, LETTERKENNY ARMY DEPOT, PA BUT MAY BE USED THROUGHOUT THE NORTH ATLANTIC DIVISION

Notice Date
12/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-04-R-0005
 
Response Due
1/5/2004
 
Archive Date
3/5/2004
 
Point of Contact
MARY A. RICHE, (410) 962-4880
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(MARY.A.RICHE@NAB02.USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: A-E services are required at Letterkenny Army Depot, Chambersburg, PA but may be used throughout the North Atlantic Division. For small business purposes the size standard is $4,000,000.00 average annual receipts over the last 3 fiscal years. The North American Industry Classification Code (NAICS) is 541330. The contract will be for $3,000,000.00 with a base period not to exceed one year and two option periods. The amount of work for each contract period will not exceed $1,000 ,000.00. An option period 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. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a la rge 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 busin ess 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 Businesses (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: Services shall include mechanical (to include HVAC, plumbing, fire protection, and other related services), electrical (to include fire alarm, uninterruptible/emergency power, interior and exterior distribution, lighting, etc.), civil, structural, and architectural design consis ting of development of plans and specifications for individual projects including renovation, repair or construction of buildings or building systems; replacement of utility plants and systems such as air conditioning, heating, mechanical ventilation, comp ressed air, interior and exterior electrical supply and distribution; site work including roads, railroads, pavements, drainage structures, and other land improvements. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The firm shall list experience and capability: (1) Architectural, mechanical, electrical, civil, environmental, structural, environmental, foundations, fire protection, cost estimating; asbestos and lead paint surveying; testing and abatement design capabilities; cost estimating, and specification writing. (2) Capability to survey and inspect structures, utilities, pavements, bridges, dams and impoundment structures and develop reports detailing recommended maintenance or repairs; and perform detailed land surveys as required in support of assigned work. (3) Capability to perform environmental assessments, including cultural/historical assessments, if required, and person design of environmental control projects. (4) Capability to provide survey and testing for asbes tos and lead paint, in association with individual delivery orders. (5) Firm must demonstrate capability to provide design services for storm water management, sediment and erosion control. (6) Experience with the State Historic Preservation Office and wi th State and Federal Environmental laws, NEPA (National Environmental Policy Act and RCLA (Resources Conservation and Recovery Act). 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities t o 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 address below, not later than the close of business on the 30th d ay 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. For ACASS information, call (503) 808-4591. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. Street address: City Crescent Building, ATTN: Mary A. Riche, Rm 7000, 10 South Howard Street, Baltimore, MD 21201. Contracting questions should be directed to mary.a.riche@nab02.usace.army.mil or (410) 962-4880. Technical questions should be directed to Mr. James Coccagna (717) 267-5601. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding future registration, contact: (1) CCR Web site at www.ccr.gov/index.cfm ; (2) Dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Informat ion Center at 1-800-334-3414. Solicitation packages are not provided on this project. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00479750-W 20031204/031202212229 (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.