Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

C -- Indefinite Delivery Contract M-400 (DRUM) for Architect Engineering services for Regional Directorate of Public Works, Fort Drum, New York and US Army Reserve Centers throughout New York State.

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
FEDBIZOPS-04-236-0006
 
Response Due
9/22/2004
 
Archive Date
11/21/2004
 
Point of Contact
Scott Helmer, 212-264-9118
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(scott.m.helmer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E act as implemented in FAR Subpart 36.6. Architect-Engineering services using unrestricted open competitive procedures. The number one (1) ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of preparing planning documents, design documents, cost studies, investigations, reports, perform surveys, provide monuments and reports for various facilities. See section 2 below for further description of the required services. One (1) A/E firm will be selected from this announcement. This contract will be for a base period of up to 12-months, with two(2) option periods of up to 12 months each period. The contract amount (base period plus 2 option periods) will not exceed $3,00 0,000 and will not exceed $1,000,000 per period. Individual task orders will not exceed $1,000,000. This contract will include 2 option periods under the same terms and conditions as the basic contract. The Government has the right to exercise the optio n period after the monetary limit is reached for the base period and prior to the expiration of the time period (365 calendar days). Within this period of time (from the time the option is exercised up until the 365 calendar days is exhausted), all negoti ated task orders should use the labor rates from the base period, until the 365 calendar days expire. After the 365 calendar days expire, the negotiated rates for 1st option period will be used. Similarly, 730 calendar days after award of the initial con tract, all negotiated task orders should use the labor rates from the 2nd option period. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The Gov ernments obligation is to guarantee a minimum amount of payment of $20,000 for the base period and $10,000 for the option periods. Task orders will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. Labor rates of each discipline, overhead rates and escalation factors for each calendar year will be negotiated. The approximate award date of this contract is February 2005. The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.c cr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. *** 2. PROJECT INFORMATION: The selected A-E firm shall have the ability of preparing planning documents, cost studies, investigations, and reports; perform surveys; provide monuments and reports for various projects to include, but not limited to rehabilitation of transportation fac ilities, buildings, HVAC systems and utility systems. Projects may also include construction of new facilities and buildings and unique additions to existing buildings and facilities. The selected A-E firm shall also have the ability to prepare RFPs for design-build type projects. These projects will be designed in conformance with COE regulations and DoD design standards. The A-E shall also be able to perform construction services, which include construction inspection of assorted type of projects and at various sites and review of shop drawings during the construction phase. *** 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary an d will only be used as tie-breakers among firms that are essentially technically equal. *** Primary Selection criteria: *** a. Specialized experience and technical competence: *** 1. Demonstrated experience in preparing planning documents, cost studies, investigations, reports, performing surveys, providing monuments and reports for various projects to include, but not limited to rehabilitation of transportation facilities, building s, HVAC systems and utility systems. *** 2. Demonstrated experience in design of new facilities and buildings *** 3. The firm must identify a Licensed Fire Protection/Detection Specialist and Designer for this contract. And have working knowledge with Unified Facilities Criteria (UFC) 3-600-01, dated 17 April 2003, Fire Protection for Facilities. *** 4. A qualified fire protection engineer is required for projects, which involve design or modification of fire detection, fire suppression, or life safety systems. *** 5. Fire Protection criteria shall conform to the requirements of the UFC 3-600-01, the National Fire Codes, published by the National Fire Protection Association (NFPA), specifically NFPA 101, Safety to Life from Fire in Buildings and Structures, 2000 edit ion, except as modified within the UFC 3-600-01; and portions of the Uniform Building Code (UBC), published by the International Conference of Building Officials, as specifically referenced within UFC 3-600-01. Additional criteria includes portions of the Loss Prevention Data Sheets, published by Factory Mutual Engineering Corporation (FM), as specifically referenced within UFC 3-600-01. *** 6. Demonstrated experience with Army maintenance and repair projects *** 7. Demonstrated capability to produce multiple task orders simultaneously *** 8. Produce quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. *** 9. Indicate ability to use Dr. Checks review system. *** 10. Production of drawings (CADD) to be accomplished in the latest versions of Microstation and/or AutoCAD. *** 11. Preparation of Specifications and design analyses using the latest version of MS Word. *** 12. Plans and Specifications in Electronic Bid Solicitation (EBS) format. *** 13. Provide specification sections in Portable Document Format, (.pdf) *** 14. Provide Contract Design files in Continuous Acquisition and Life-Cycle Support format, (.cal) *** b. Qualified personnel in the following key disciplines: 1. Project Manager 2. Civil Engineering 3. Structural Engineering 4. Mechanical Engineering 5. Qualified Fire Protection Engineers (see below for qualifications) 6. Architecture 7. Geotechnical Engineering 8. Cost Estimating 9. Environmental Engineering 10. Certified Asbestos abatement specialists 11. Certified Industrial Hygienist 12. Land Surveyors 13. Draftsperson/CADD Operator The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. Senior project personnel are required to be licensed/registered. *** c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined by ACASS and other sources. *** d. Capacity to perform approximately $ 1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. *** e. Knowledge of the locality in the general geographical area of Fort Drum Military Reservation in Watertown, NY and other US Army Reserve Centers located throughout the state of New York, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. *** Secondary Selection criteria: *** f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract t eam, measured as a percentage of the total estimated effort. *** g. Geographic proximity in relation to location of Fort Drum Military Reservation in Watertown, NY and other US Army Reserve Centers located throughout NY state. *** h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZO NE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts.*** 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web-site: http: //www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 The forms can be downloaded into a .pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330 Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages. Supplemental information on the SF330 are posted on the NY District website: http://www.nan.usace.army.mil/ Submit the completed SF330s to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037. Attn: Ms. Maureen Smith, CENAN EN M. 212-264-9104. Submittals will not be accepted after 5:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the SF330 will not be accepted. For technical questions regarding this contract, contact Jose Diaz at 212-264-4672. If a Pre-Selection meeting is required, notifications will not be sent after approval of the Pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with EFAR 36.607
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00649687-W 20040825/040823212341 (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.