Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
SOLICITATION NOTICE

C -- Architect-Engineer Services for the design and preparation of plans, specifications and cost estimates for various construction projects for the Directorate of Public Works and Logistics, Fort Bliss, Texas.

Notice Date
3/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-05-R-0014
 
Response Due
4/29/2005
 
Archive Date
6/28/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This contract is in accordance with the Brooks A-E Act (see Numbered Note 24). Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A-E Services required are for the design and prepar ation of plans, specifications and cost estimates for various construction projects, as required for the Directorate of Public Works and Logistics (DPW&L), Fort Bliss, Texas. The majority of work under this contract will be done within the boundaries of Fo rt Bliss. If work is issued outside Fort Bliss, new wage rates will be furnished and new line items will be negotiated and incorporated via modification. The services that may be required will consist of, but not be limited to one or more of the followin g: Designs for new structures: Design and/or studies for various repairs, alterations and/or improvements to existing facilities, and Feasibility Studies. Services may involve the design for clean-up, removal, and/or abatement of asbestos and hazardous/ toxic materials. An Indefinite Delivery Contract for the period of one (1) year, plus four (4) option years, will be negotiated and awarded. Multiple awards may be awarded from this solicitation. The contract is anticipated to be awarded by May 2005. T he contract amount shall not exceed $5,000,000.00 total for the five years. Work will be issued by negotiated firm-fixed price task orders. This solicitation is 100% set aside for small business concerns. The North American Industrial Classification Cod e is 541330 with a size standard of $4,000,000 annual receipts. To be eligible for contract award, the firm must be registered in the DoD Central Contractor Registration (CCR)(www.ccr.gov). SELECTION CRITERIA: The following is the selection criteria in descending order of importance. A. PROFESSIONAL QUALIFICATIONS: The design team(s) must possess registered personnel with experience in the following disciplines; Architectural, Civil, Land Surveying, Mechanical, Geotechnical, Electrical and Structural. In addition, a Certified Industrial Hygienist must be part of the design team and a copy of the Board of Industrial Hygiene Certificate must be included in SF 330. The Project Management team, including team organization and proposed method of carrying out the work to meet the specific project requirements and schedules must be indicated. B. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Demonstrate experience by the design team(s) in a wide variety of multi-discipline design projects and studies. Firms must indicate in SF 330 their Computer resources on the following items; Accessibility to and familiarity with the Construction Criteria Base (CCB) System. This shall include as a minimum the SPECSINTACT Specification System, M-CACES Estimating Syst em. Must possess and demonstrate in-house CADD capability (with capacity to produce output files in dwg file format). Access to a Hayes or compatible 14.4 baud modem or higher. C. CAPACITY TO ACCOMPLISH WORK. Must demonstrate the ability to design t eam(s) to complete projects within the mandatory time frames as specified, including multiple delivery orders. D. PAST PERFORMANCE. With DOD and other Government Agencies and/or private industry. ACASS Evaluations, (Superior performance evaluations on projects that have recently been completed will be considered). Letters of evaluations and/or recognition by other clients. Cost control and estimating performance. On-time delivery of designs. E. VOLUME OF WORK. Volume of DOD and other Government Ag ency contracts awarded in the past 12 months. Considerations may include ACASS retrievals, current workload as listed in SF 330 and equitable distribution of work among A-E firms. F. LOCATION. Location of the firm within the general geographical area of the proposed requirement(s) (must have established or be able to establish an office with complete authority in the general geographical area). SUBMISSION REQ UIREMENTS: All requirements of this announcement must be met for a firm to be considered responsive. Interested firms having the capabilities to perform this work must submit an original plus two copies of a current SF 330 for the Prime Firm and for all consultants to the address as stated above. The SF 330 (original plus two copies) must include the following: (1) Firms with more than one office distinguish by discipline the number of personnel in the firm, each key persons office address, including t elephone, fax number, and the Prime Firms ACASS ID number. Individual registrations must include the year and discipline. Include a descriptive project synopsis of the major items of work. An organizational chart including all key personnel and elements of the design team(s), substantiating the firms understanding of and ability to execute the project(s). Supplemental information, such as cover letters will not be taken into consideration. The SF330 with attachements shall not exceed 50 pages and use n o smaller than 12-font size. The complete package must be received at the address indicated above, Attn: Valerie Cardenas, by 4:00 PM (local time) on April 29, 2005. FAX Submittals will not be accepted and shall be considered non-responsive. Prior to fi nal selection, firms considered highly qualified to accomplish the work may be interviewed by telephone or by formal presentation. Soliciation packages are not provided and no additional information will be given during the announcement period. This is n ot a request for proposal, only timely SF330s will be considered.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN00778684-W 20050401/050330212147 (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.