Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

C -- A-E Indefinite Delivery Multi-Discipline Design Services for Public Works (PW), Fort Lewis, Washington

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-04-R-0026
 
Response Due
5/11/2004
 
Archive Date
7/10/2004
 
Point of Contact
BOBBIE WEITZEL, 206-764-6692
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The work will include design services and construction support as identified in individual task orders, including, but not limited to, permitting; studies; layout plans; surveying and geotechnical services; review and adequacy checks of construction contractors' material submittals a nd other plans; Value Engineering reviews; pre-construction conferences and in-progress reviews; technical recommendations made appropriate by the foregoing; preparation of cost estimates, drawings, design analysis, etc; asbestos and lead surveys; inspecti on services; and assisting in final construction inspections. The North American Industry Classification System (NAICS) Code is 541310 with a size standard of $4,000,000. Proposed procurement will result in a one-year, fixed price indefinite delivery co ntract with two (2) options to extend for one additional year per option exercised. Total contract amount shall not exceed $1,000,000 per year with a cumulative contract total not to exceed $3,000,000. This announcement is open to all businesses regardle ss of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: a. 57.2% of planned subcontracting dollars can be placed with all small business concerns. b. 10% of planned subcontracting dollars can be placed with those small business concerns owned and controlled by socially and economically disadvantaged individuals or Historically Black Colleges and Universities or Minority Institutions. NOTE: b. is a subset of a. c. 10% of planned subcontracting dollars for small women-owned businesses. NOTE: c. is a subset of a. Also, the women-owned business may meet the definition of a small disadvantaged business. If so, c. will also be a subset of b. (Count firm in all applicable areas.) d. 3% of planned subcontracting dollars may be placed with HUBZone small business concerns. NOTE: d. is a subset of a. Note: A HUBZone firm may also SDB, women-owned and/or veteran-owned. Count firm in all applicable areas). e. 3% of planned subcontracting dollars for veteran-owned small business. NOTE: e. is a subset of a. Go to http:///www. va.gov/osdbu/vetctr.htm or http://www.sba.gov/VETS/ for questions concerning the Veterans Business Development program. f. 3% of planned subcontracting dollars may be placed with service-disabled veteran-owned small business. NOTE: f . is a subset of a. and e. The estimated award date of the contract will be on or about August 1, 2004. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. 2. PROJECT INFORMATION: Specific types of work may include, but are not limited to prepare plans, specifications, design analysis, construction estimat es and studies for a variety of maintenance, repair, alteration and minor construction projects at Fort Lewis, its sub-installations and projects assigned to Seattle District, U.S. Army Corp of Engineers. A portion of the designs shall be abbreviated plan s and specifications with detailed cost estimates utilizing the Army Job Order Contract (JOC) Computerized Pricing Guide (CPG) WinEst. (WinEst is a Windows based RS Means database program designed for IBM PC compatible computers.) 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion , if applicable). Primary Selection Criteria: a. Specialized experience and technical competence of the firm on similar projects and the technical capabilities of the prime and any subcontractors; b. Relevant professional qualifications of staff and con sultants to be assigned to this project; c. Experience in successfully managing a project through LEED design certification; d. Ability of the team to respond to numerous quick-turnaround projects; e. Past performance on DOD and other contracts with res pect to cost control, quality of work, and compliance with performance schedules; f. Capacity of the team to accomplish multiple simultaneous task orders in the required time; g. Knowledge of locality of projects involved; and Secondary Criteria: h. Geo graphic proximity; and, i. Small Business and Small Disadvantaged Business Participation. The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. 4. SUBMISSION REQUIREMENTS. Interested firms possessing the capabilities to perform this work must submit one c opy of Standard Form (SF) 254 (11/92 edition) and one copy of SF 255 (11/92 edition) for the prime firm and all consultants to the above address not later than the response date indicated above. Include the firm??????s Architect-Engineer Contract Administ ration Support System (ACASS) number in SF255, Block 3b. For ACASS information, call (503) 808-4591. Submittals should be mailed to the following address: U.S. Army Corps of Engineers, Seattle District, Attn: Paul Daneker, P.O. Box 3755, Seattle, WA 9 8124-3755. Hand-carried submittals should be addressed to: U.S. Army Corps of Engineers, Seattle District, Attn: Paul Daneker, 4735 E. Marginal Way South, Seattle, WA 98134-2389. Submittals should be received not later than 2:00:00 PM Pacific Daylight Time, May 11, 2004. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. Solicitation pa ckages are not provided. This is not a request for proposal. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00561823-W 20040409/040407212501 (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.