Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
SOLICITATION NOTICE

C -- ARCHITECT/ENGINEER SERVICES FOR FOUR TO SIX INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACTS FOR THE DESIGN OF VARIOUS MILITARY/CIVIL PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES

Notice Date
3/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W22W9K-4040-3907
 
Response Due
4/13/2004
 
Archive Date
6/12/2004
 
Point of Contact
sharon evans, (502) 315-6187
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(sharon.k.evans@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Point Of Contact: Sharon Evan (502) 315-6187 GENERAL CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for Architect/Engineer services for primarily military projects with in the Great Lakes and Ohio River Division Mission Boundaries, however some Civil works design will be required. Projects will be awarded by Individual Task Orders not to exceed $3,000,000 with the maximum contract value being $3,000,000 for each contract . The estimated construction cost per project is approximately between $100,000 and $20,000,000. The contract period is cumulative and ends three years from date of award. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 57.2% to Small Businesses, 10.0% to Woman Owned Small B usiness, 10.0 % to Small Disadvantaged Business, 3% to Veteran Owned Business, and 3% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the A/E??????s quality c ontrol procedures, as the District will perform the Quality Assurance role only. Estimated start date is June 2004. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site a t http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. The following factors will be used in deciding which contractor will be selected to negotiate task orders: performance and quality of deliverables unde r the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The top ranked firm will be awarded the first contract, the second ranked fir m will be awarded the second contract, the third ranked firm will be awarded the third contract, and the fourth ranked firm will be awarded the fourth contract and so on. Two additional contracts may be awarded within nine months of the date of selection approval. If necessary, secondary selection criteria (e-g listed below) will be used as a tiebreaker after evaluating primary criteria (a-d). 2. PROJECT INFORMATION: Projects may consist of A/E services for horizontal and vertical military or civil work s projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; site investigation of existing conditions; engineering services during construction/construction management services; desig n of demolition; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various loc ations, and comprehensive planning that is related to future construction requirements on military installations. 3: SELECTION CRITERIA: The specific selection criteria (a through d are primary and e though g are secondary) in descending order of import ance are as follows and must be documented with resumes in the SF 255: a) Professional Qualifications: A resume for two designers and one checker in the following fields; architecture; civil; geotechnical (soil engineering); structural (independent of civ il); mechanical; and electrical engineering are necessary with at least two in each field professionally registered in the relevant professional field as an engineer or architect. A resume for one designer and one checker in the following fields; hydrauli c (independent of civil) and environmental engineering are necessary with at least one in eac h field professionally registered in the relevant professional field as an engineer. At least one civil engineer must be registered in the states of Tennessee and Kentucky. Additionally at least one professional (except where noted) qualified by a combina tion of education, registration, certification, and/or training is required in each of the following fields; interior design, landscape architecture, fire protection, life safety, hazardous material inspection and abatement methods, and military master pla nning. The Interior Designers (resumes for two individuals are required) must be certified by the National Council of Interior Design Qualifications (NCIDQ), or a registered Interior Designer, or a registered architect with five years of experience and tr aining in interior design. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) A degree in Fire Protection Engineeri ng from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; OR (c) registration in an engineering discipline related to fire protection engineering. The hazardo us materials inspector must have successfully completed an EPA approved course for building inspectors and asbestos management planner. The evaluation will consider education, certifications, training, registration, overall and relevant experience and long evity with the firm. b) Specialized Experience and technical competence in the expected activities identified above, to include experience on: design/build projects, projects utilizing ??????Sustainable Design?????? (using an integrated design approach an d emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and oper ation; efficiency in resource and materials utilization, development of health, safe and productive work environments; and employing the SPiRiT and LEED evaluation and certification methods); anti-terrorism and force protection measures; construction cos t estimating using MCACES; electronic drawing development utilizing a CADD system (Intergraph Microstation is the preferred format); and design charrettes as evidenced by the resumes of the key personnel assigned to this project. Only resumes identifying the professionalism and specialized experience of the design group is necessary. Other available personnel may be specified in paragraph 10 of the SF255. In addition, the following must be addressed in paragraph 10 of the SF255: a brief Design Quality M anagement Plan including an explanation of the firm??????s management approach; management of subcontractors (if applicable); quality control procedures (for plans, specifications, design analysis and electronic documents); procedures to insure that intern al resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Block 10 also indicate the estimated percentages involvement of each firm on the propo sed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously; d) Past performance on DoD and other contracts including cost control, quality work, and compliance with performance schedules; e) Knowledge of the locality of the project; f) Volume of DoD contract awards in the last twelve months listed in Block 9 of the SF 255; g) Extent of participation of SB, SDB , historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to perform this work must submit one copy of the SF 255 (11/92 edition), and one copy of SF 254 (11/92 edition) for the prime firm and all consultants. Any firm with an electronic mailbox r esponding to the solicitation should identify such address in the SF255. Please identify the ACASS number of the office performing the work in Block 3b of the SF255. ACASS numbers may be obtained by contacting Portland Corps of Engineers website at: htt p://nwp.usace.army.mil/ct/i or by contacting Portland Office at 503-808-4591. The SF 255 will be no longer than 100 pages in length (excluding the SF254??????s) and Block 10 will be 20 pages or less in length. Front and back side use of a single page wil l count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF255 to this announcement must be received no later than 4:30 p.m. local time on 14 April 2004. a) It is requested that interested firms list the fee amount and date of all DoD contracts awarded to the firm during the last 12 months and all subsidiaries in Block 9 of the SF255; b) Responding firms must submit a current and accurate SF254 for each proposed consultant. Additionally all responding firms that do not have a current, (within 12 months) SF254 on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF254. If an SF254 is included, only the 11-92 edition of the form will be accepted. The NAI CS code is 541330. c) No other information including pamphlets or booklets is requested or required: d) No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation p ackages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: Jamie Greenwell, 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40 202.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00542721-W 20040313/040311223142 (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.