Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
SOLICITATION NOTICE

C -- AE MULTIDISCIPLINE IDIQ, Ft. A.P. HILL, BOWLING GREEN, VA

Notice Date
2/25/2004
 
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-0021
 
Response Due
3/26/2004
 
Archive Date
5/25/2004
 
Point of Contact
PATRICIA ADAMS, 410-962-3557
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(patricia.a.adams@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Project Description: 1. Contract information: Firm-Fixed Price A-E Indefinite Delivery Type (Multi-Discipline) Contract for Fort A.P. Hill, Bowling Green, Virginia, but may be used throughout the North Atlantic Division. The North American Industry Classification System (NAICS) Code is 541330. Contract will be for a 12-month period and will contain an option to extend for up to two additional periods. The contract amount for the base period and any option period will not exceed $500,000 each period. Individual task orders shall not exceed the annual contract amount. When one or more AE Indefinite Delivery-Type contracts with similar scopes of work exists, the basis for selecting an AE for a particular delivery order will be based on the AE workload, g eographic area, and specialized experience and project requirements. Contract will be firm fixed price. This procurement is Unrestricted. The anticipated award is May 2004. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business con cern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b)of PL100-180, PL95-507, and PL99-661. A minimum of 45% total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with small disadvantaged business (SDB) concerns, including Historically Black Colleges and Universities, or Minority Institutions; 10% with women-owned small business(WOSB); 3% shall be placed with HubZone Small Business (HubSB); 3% with Veteran owned small business (VOSB); and 3% with Service Disabled Veteran owned small business (SDV). The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: Work may consist of pre paration of reports, studies, design criteria, design and other general architect engineering services for alteration, maintenance, repair, and new construction projects; development of plans and specifications for individual projects including renovation, repair, or construction of building or building systems; replacement of utility plants and systems such as air conditioning, heating, mechanical, ventilation, interior and exterior electrical supply and distribution; site work including roads, pavements, drainage structures and other land improvements. The firm shall have the capability to evaluate existing conditions and provide on-site assistance to develop solutions to maintenance, repair, and construction requirements; provide economic analyses; and en gineering feasibility studies. Related services such as furnishing drawings, specifications, and cost estimates will also be required. The firm shall also have the capability to provide other multi-discipline engineering services including architectural, c ivil, geotechnical, structural, mechanical, electrical, plumbing, sanitary, communications (voice and data) engineering; fire protection; and hazardous material abatement design. Additional services would include interior design, landscape architecture, an d planning. Staff shall include registered or certified personnel. The firm shall use sustainable design considerations using an integrated approach and emphasizing environmental stewardship, especially energy and water conservation; use of recovered and recycled materials; waste reduction; reduction of harmful substances in facilities construction and operation; efficiency in materials and resource utilization; and development of healthy, safe and productive work environments. Firm??????s staff must be c apable of responding to multiple work orders concurrently and within specified performance periods. Products shall be produced to Corps of Engineer guidelines and in specific formats as follows: specifications and reports in Microsoft Word, submittal regis ters and databases in Microsoft Excel, and drawings in Autocad 2000. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The lead A-E firm sho uld have the capabilities either in house or through the use of the subcontractors to provide the following: architectural, civil, geotechnical, structural, mechanical, electrical, plumbing, sanitary, communications, fire protection, topographic surveying, cost estimating, landscape architecture, interior design; and hazardous material abatement design capabilities. A-E firm selected should demonstrate specialized experience in renovations and Real Property Maintenance Activity. 4. SUBMISSION REQUIREMEN TS: See Note for general submission requirements. Interested firms having capabilities to perform this work must submit SF255 & SF254 for the prime and joint venture(s) and SF254, block 3b, provide the ACASS number for the prime firm. In SF255, Block 6, p rovide the ACASS number for each consultant, (if available). Be advised that Baltimore District does not maintain SF254??????s on file. Notwithstanding the statements to the contrary in General Note 24 and Block 6 of the SF255, only SF254??????s submitted with the SF255 will be considered in the evaluation. Submit responses not later than MARCH 3, 2004 to US Army Corps of Engineers, City Crescent Building, 10 South Howard St., Room 7000, Baltimore, MD 21201. Solicitation packages are provided only to the se lected firm after selection approval. Results of selection will be mailed to non-selected firms approximately 70 days after closing of this announcement. Technical Point of contact, Jean Schofield can be reached at (804) 633-8389. Contracting Point of cont act can be reached at Internet: patricia.a.adams@nab02.usace.army.mil or (410)962-3557. In order to comply with Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for aw ard of a Federal contract. For information regarding CCR registration, theCCR website can be accessed at http://www.ccr.gov. Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form fo r the 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 B udiness Certification. Without SBA SDB certification, neither 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 contract. Answers t o questions will be limited to facts about the Letterkenny Army Depot and surrounding areas, and will not inclue opinions, suggestions, or feedback on ideas related to these projects. 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
SN00530776-W 20040227/040225222811 (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.