Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2004 FBO #0766
MODIFICATION

C -- General A-E and Construction Management Services throughout the Transatlantic Programs Center's (TAC's) Area of Responsibility (AOR)

Notice Date
12/31/2003
 
Notice Type
Modification
 
Contracting Office
US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-04-R-0011
 
Response Due
2/2/2004
 
Archive Date
4/2/2004
 
Point of Contact
Vickianne Shepherd, 540-665-3680
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Transatlantic Programs Center
(Vicki.Shepherd@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The original notice is replaced in its entirety by the following: General A-E Services for Facilities at Various Locations within Transatlantic Programs Center's (TAC's) Area of Responsibility (AOR) (Refer to www.tac.usace.army.mil/extranet/ for a description of TAC's mission and AOR.) Indefinite Delivery Indefinite Qua ntity (IDIQ) General Architect-Engineer Services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for various types of facilities in the Transatlantic Programs Center's (TAC) Area of Responsibility. TAC's headquarters in located in Winchester, Virginia. TAC is responsible for execution of U.S. Army Corps of Engineers mission in the Middle East, Africa, Russia and the Central Asian states of the former Soviet Union. This announcement is open to all businesses regardless of size. Funds for task orders are not currently available. 1. CONTRACT INFORMATION: A-E services are required for Designs, Specifications, Cost Estimates, Planning and Programming Reports, Engineering Studies, Geotechnical Investigations, Construction Management, and miscellaneous related engineering support ser vices for various locations/installations within the TAC AOR. The proposed procurement will result in a one-year indefinite delivery, indefinite quantity type contract, with options to extend for four additional years. Projected contract award date is 30 March 2004 for the initial one-year period. It is the Government's intent to make multiple contract awards under a single solicitation. Work will be issued by task order, either cost-reimbursable, or firm fixed-price. Each contract will have a guarante ed minimum amount of $200,000 for the base year and $100,000 for each subsequent option year, with a total maximum value of $10,000,000 for the base year and $5,000,000 for each subsequent option year for a total maximum contract value of $30,000,000. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for an acceptable subcontracting plan on that part of the work it intends to subcontract. The plan is not required to be included in the information submitted in response to this announcement. 2. PROJECT INFORMATION: Facility designs may include, but not be limited to, the following: 006 (Airports, Terminals, and Hangars); 010 (Barracks, Dormitories); 027 (Dining Halls; Clubs, Restaurants); 039 (Garages, Vehicle Maintenance Facilities); 046 ( Highways, Streets, Parking Lots); 072 (Office Buildings, Industrial Parks); 083 (Power Generator, Transmission Distribution); 096 (Sewage Collection, Treatment and Disposal); 111 (Utilities); 113 (Warehouses and Depots); 115 (Water Supply, Treatment, and D istribution). Construction management services required will fall within Experience Profile Codes 021 Construction Management and may include quality assurance support such as submittal review and inspection and testing of construction materials and metho ds, and various ancillary functions associated with the management of large construction projects. Design services required may include preparation of plans, specifications, design analyses, and cost estimates. The firm may be required to prepare record drawings from as-built annotations on contract drawings as received from construction contractors, conduct engineering investigations of existing field conditions and/or problems and report findings and recommendations, and prepare engineering studies befo re and during construction. The firm may be used to provide engineering experts and consultants. It is anticipated that construction projects being supported by these services will include major military construction, as well as infrastructure rehabilita tion and reconstruction. The firms must show experience and may be required to design using MicroStation Version J7 or higher and Autocad 2002 and prepare construction cost estimates by computer utilizing Corps of Engineers Microcompu ter Aided Cost Estimating System (MCACES). 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria for this solicitation are listed below in descending order of importance: (a) The firm's current specialized experience and technical competence relative to th e services required under this announcement, i.e., knowledge of design of building envelopes and systems for facilities similar to those listed in 2., above; (b) The evaluation will consider the qualifications, availability and length of services of the fi rm's Registered Professional personnel in the following key disciplines: project management (architect or engineer), quality control, architecture, civil engineering, electrical engineering, mechanical engineering, and structural engineering in the design of facilities similar to those listed in 2., above; (c) The firm's Design Quality Management Plan (DQMP) for this solicitation (not longer than five pages) will be evaluated along with the clarity and conciseness of the material presented in response to t his solicitation. The evaluation will consider the management capability, approach, coordination of disciplines and subcontractors for each major work breakdown item; (d) The Government will evaluate the management capability of each firm. This evaluatio n will establish the firm's ability to mobilize a construction management/quality assurance workforce to multiple field sites simultaneously and accomplish the assigned work in a timely manner and at a reasonable cost. Of particular interest will be the f irm's ability to supply the required personnel resources within expedited time periods. In the evaluation of this factor, the Government will consider information concerning management and execution plans, staffing plans, and subcontracting capabilities, including the use of local labor and subcontractors. This information should be included in Block 10 of the Standard Form 255. The firm's proposed methods for monitoring and controlling internal costs will be considered. The firm's ability to provide th e ancillary supporting capabilities for housing, transportation, security, welfare, etc. of personnel furnished will also be considered. (e) ACASS and other available past performance information on DOD and other contracts with respect to cost control, qu ality of work, and compliance with performance schedules will be used to evaluate past performance; (f) Experience in using MicroStation, Autocad, MCACES, Corps Guide Specifications and Primavera will be considered. Experience in and knowledge of U.S. Go vernment contracting and U.S. Army Corps of Engineers construction management and quality assurance procedures are desired. Experience in the Middle East will be rated higher than experience only in the U.S. The following secondary criteria will only be used as 'tiebreakers' among technically equal firms; (a) Extent of participation of SB (including WOSB, SDB, historically black colleges and universities, and minority institutions) in the proposed contract team, measured as a percentage of the total estim ated effort; (b) Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of Standard Form 254 (11/92 Edition) Architect-Engineer And Related Services Questionnaire, and two copies of Standard Form 255 (11/92 Editi on) Architect-Engineer And Related Services Questionnaire For Specific Project, for the prime firm, all consultants/joint ventures and groups of firms, to: U.S. Army Corps of Engineers, Transatlantic Programs Center, Attention: Vicki F. Shepherd/CETAC-CT- CC, 201 Prince Frederick Drive, Winchester, VA 22602 OR P.O. Box 2250, Winchester, VA 22604-1450, not later than 2:30 p.m. USA Eastern Standard Time on 2 February 2004. Include the ACASS number in SF 255, Block 3. Include your firm's FAX number and Inte rnet address. For ACASS information, call 503-808-4591. In Standard Form 255, Block 10, describe the DQMP. Solicitation packages are not provided. This is not a request for proposal. Firms' visits to discuss the proposed projects will not be accepted/scheduled. Standar d Forms 254/255 can be obtained from the following Internet Site: https://www.nwp.usace.army.mil/ct/I/welcome.htm#acass.
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
Country: US
 
Record
SN00497387-W 20040102/031231211832 (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.