Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

C -- MANAGEMENT SUPPORT, A/E SERVICES, EUROPE DISTRICT, WIESBADEN GERMANY

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-04-R-0046
 
Response Due
6/16/2004
 
Archive Date
8/15/2004
 
Point of Contact
Marion Weingartner, 011496118162606
 
E-Mail Address
Email your questions to Corps of Engineers, Europe District, Contracting Division
(Marion.Weingartner@NAU02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FAR 36-601-1 PUBLIC ANNOUNCEMENT FOR A/E SERVICES The U.S. Army Corps of Engineers, Europe District, hereby solicits for up to two Management Support A-E Services Indefinite Delivery Contracts (IDC) to be procured in accordance with the Brooks Act (Public Law 92-582) and Federal Acquisition Regulation Par t 36. It is anticipated that up to two IDCs will be negotiated and awarded not to exceed $3,000,000 and a term of 3 years. One contract is anticipated to be awarded in September 2004, and the second contract may be awarded within one year after the date of the selection approval. Work will be issued by negotiated firm-fixed-price task orders not to exceed the base contract amount. The Europe District has multiple similar contracts. Contractors will be afforded a fair opportunity to be considered for ea ch task order. The Contracting Officer will consider the following factors when awarding a task order: uniquely specialized experience, performance and quality of deliverables under current contracts, current capacity to accomplish the task order in the r equired time, and equitable distribution of work among the contractors. 2. GENERAL INFORMATION: Multi-disciplined A-E services are required for management support and general engineering and design of various U.S. military projects primarily within Germany but may include projects anywhere in the USEUCOM area of operation and responsibility or anywhere that USEUCOM forces may deploy. 3. SERVICES REQUIRED: A-E services are primarily required for, but are not necessarily limited to, management support during engineering and construction. A-E services may be required for incidental engineering and design of repair or rehabilitation, main tenance, or minor new construction projects. A-E services include, but may not be limited to engineering assessments and systems analysis of existing facilities and infrastructure; anti-terrorism/force protection assessments and design; site investigation s and technical assessments; structural investigation, analysis and testing; topographic surveys; environmental assessments and technical assistance; asbestos surveys and abatement design; project scope development; cost estimating and estimate analysis; p roject schedule development and network analysis; construction management and inspection and quality assurance; materials and equipment testing including systems commissioning; technical review of designs and cost proposals; biddability, constructability, operability and environmental review; value engineering studies; construction claim and delay/impact analysis; and other relevant management support and incidental engineering and design services. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria F and G are secondary and will only be used by the Selection Board to break ties between firms that are essentially technically equal. Specialized Experience and Technical Competence: 1) Firms must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates within the last five years in the types of work and projects specifically indi cated above in paragraph 3 SERVICES REQUIRED. 2) Firms must provide a management plan that addresses, as a minimum, the firm's management approach, organization, lines of supervision and communication, schedule maintenance procedures, quality control procedures and coordination of disciplines and, if applicable, coordination of subcontractors, consultants, free-lance associates and joint venture partners. 3) Firms must demonstrate the capability to provide all studies, designs, analyses and technical specifications, etc. in a word processing or spreadsheet format 100% compatible with Microsoft Word version 2000 or Excel, as applicable, and all project plans in a format 100% compatible with Bentley Systems M icrostation current version. B. Qualified Personnel: Firms must identify the qualifications of personnel in the key disciplines of project management, construction management, architecture, interior design, civil engineering, land surveying, geo-technical engineering, structural engi neering, mechanical engineering, fire protection, electrical engineering, cost estimating, industrial hygiene, construction inspection, construction scheduling and quality assurance. Note: In lieu of a registered fire protection engineer, a registered arc hitect or registered engineer whose principle duties are fire protection engineering and who is a full member in good standing with the Society of Fire Protection Engineering will be acceptable. The evaluation will consider the education, training, certif ication, overall and relevant design and construction experience, knowledge of construction practices and procedures, and longevity with the firm for all key personnel. The firm's staff must be capable of certifying that all work is in compliance with U.S . and German laws and regulations. C. Past Performance: Firms must identify past performance, including specific recent examples, on U.S. Government, Department of Defense, and other contracts with respect to budget and cost control, quality of work, and compliance with performance schedul es. D. Capacity: Firms must demonstrate the capability to perform up to three task orders simultaneously within prescribed schedules. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. E. Knowledge of Locality: Firms must demonstrate familiarity with the Europe District's area of operation and have experience in Germany. F. Geographic Proximity: Location of the firm in the general geographic vicinity of the Europe District's headquarters in Wiesbaden, Germany. G. Volume of Work: Firms must provide the volume of U.S. Department of Defense or other U.S. federal contract awards in the last 12 months. If used, the objective of this secondary criterion is to effect an equitable distribution of U.S Department of Def ense A-E contracts among qualified firms. SUBMISSION REQUIREMENTS: Interested firms having the capability to perform the work described in this announcement are invited to submit one copy of SF 254 (11/92 edition) for the prime firm and each joint venture partner, consultant and free-lance associa te and one copy of SF 255 (11/92 edition) to the below address not later than the close of business (1600 local time) on the closing date given at the top of this announcement. Submittals for this announcement received after the closing time and date will not be considered for selection. Forms must be current (within one year old). Firms may be rejected for outdated or missing SF 254s. Block 4 of the SF 255 must show only the staff (including all consultants) to be utilized for the anticipated work. Di sciplines shown on the SF 254 and SF 255 must clearly delineate full-time, free-lance and subcontractor personnel on the staff of each firm. Do not include promotional brochures, advertisements or other extraneous material in submissions. Block 10 of SF 255 shall not exceed 20 pages. This is not a request for proposal. Include your firm's point of contact, E-mail address, telephone number and facsimile number in the submittal. Successful firms will be required to provide an electronic copy of their SF 254 and SF 255 subsequent to contract award. SPECIAL NOTE: Firms sending submittals via air courier service should state the content value to be no cost or zero cost. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not res ponsible for any delays that may cause late receipt of submittals. Also, heightened security measures may delay access to the Europe District in the Amelia Earhart Building. Therefore be advised to provide for early delivery of any submittals. Firms that respond to this announcement are requested to so inform one of the Points of Contact below so that receipt of submittals by the closing time and date can be confirmed. Address submittals to: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-EC-E (Richard Ulrich/A-E Announcement W912GB-04-R-0046) CMR 410, Box 2 APO AE 09096 or: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-EC-E (Box 2) (Richard Ulrich/A-E Announcement W912GB-04-R-0046) Konrad-Adenaurer Ring 39 65187 Wiesbaden, Germany 7. POINTS OF CONTACT for additional information: A. Primary Point of Contact: Mr. Richard C. Ulrich, CENAU-EC-E, Room 817B, 8th Floor, Amelia Earhart Center, Konrad-Adenaurer Ring 39, 65187 Wiesbaden, Germany Email: richard.c.ulrich@usace.army.mil Phone: 011-49-611-816-2740 (from U.S.); 0611-816-2740 (within Germany) Fax: 011-49-611-816-2730 (from U.S.); 0611-816-2730 (within Germany) B. Secondary Point of Contact (if primary is not available): Mr. Blaine R. Kemsley, CENAU-EC-E, Room 817B, 8th Floor, Amelia Earhart Center, Konrad-Adenaurer Ring 39, 65187 Wiesbaden, Germany Email: blaine.r.kemsley@usace.army.mil Phone: 011-49-611-816-2287 (from U.S.); 0611-816-2287 (within Germany) Fax: 011-49-611-816-2730 (from U.S.); 0611-816-2730 (within Germany) PLEASE NOTE: ALL PROPOSALS ARE DUE BY 4 PM; CENTRAL EUROPEAN TIME, ON 16 JUNE 2004!!!
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division Konrad-Adenauer-Ring 39, 65187 Wiesbaden, Germany Wiesbaden DE
Zip Code: 65187
Country: DE
 
Record
SN00587235-W 20040519/040517212232 (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.