Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOLICITATION NOTICE

C -- ARCHITECT/ENGINEER SERVICES FOR UP TO THREE SET ASIDE 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
5/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering 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
W912QR-05-R-0033
 
Response Due
6/30/2005
 
Archive Date
8/29/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
THIS ADVERTISEMENT REPLACES W912QR-05-R-0024 IN ITS ENTIRETY. THE CHANGES IMPACT SMALL DISADVANTAGED BUSINESS FIRMS AND 8(A) FIRMS. 1. GENERAL CONTRACT INFORMATION: This announcement is restricted to HubZone Small Businesses, Service Disabled Veteran Owned Small Businesses and 8A firms. One contract is anticipated to be awarded to one firm in each of these categories. However, if the re are not enough highly qualified Service Disabled Veteran-owned firms, two contracts may be awarded to highly qualified HubZone Small Businesses. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for Architect /Engineer services for primarily military projects within the Great Lakes and Ohio River Division Mission Boundaries; however, some Civil works design may be required. Projects will be awarded by Individual Task Orders not to exceed $3,000,000 with the max imum 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. Significant emphasis will be p laced on the A/Es quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is July 2005. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, vi a the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Register to provide representations and certifications at http://orca.bpn.gov. If three firms are selected; the top ranked fir m in each category will be awarded a contract. If there are no highly qualified submittals in one or more of the small business categories, a contract may be awarded to two or three highly qualified firms in the other small business categories. If necessa ry, secondary selection criteria will be used as a tiebreaker between two firms considered technically equal. The following factors will be used in deciding which contractor will be selected to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. 2. PROJECT INFORMATION: Projects may consist of A/E services for horizontal and vertical military or civil works projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; site investig ation of existing conditions; engineering services during construction/construction management services; design of demolition/deconstruction; hazardous materials survey, analysis, and abatement methodology; sustainable design; value engineering and/or valu e management studies, workshops, reports, and implementation coordination; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various locations, and comprehensive p lanning that is related to future construction requirements on military installations. 3. SELECTION CRITERIA: The specific selection criteria (A through D are primary and E through F are secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: A: Professional Qualifications: A resume for two designers and one checker in the following fields; architecture; civil; geotechnical (soil engineering); structural (independent of civil); 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; hydraulic (independent of civil) and environmental engineering are necessary with at least one in each field professionally regis tered 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 combination of education, registrati on, 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, value engineering, and military master planning. 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 training in i nterior 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 Engineering from an ac credited 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 value engineers (res umes for two individuals are required) must be BOTH certified value specialists (CVS) AND either registered professional engineers (PE) OR registered architects (RA).The hazardous materials inspector must have successfully completed an EPA approved course for building inspectors and asbestos management planners. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. B: Specialized Experience and technical competence in th e expected activities identified above, to include experience on: design/build projects; value engineering studies, workshops, reports and implementation following industry standards (e.g. ER 11-1-321, ASTM, or SAVE International policies and procedures); projects utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or el imination of toxic and harmful substances in facilities construction and operation; deconstruction, 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 cost estimating using MCACES; electronic drawing development utilizing a CADD system (Intergraph Microstation is the preferred format); and design charrettes as evidenc ed 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 Block H of the SF330, Part I. In additi on, the following must be addressed in paragraph H of the SF330, a brief Design Quality Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable); quality control procedures (for plans, specifi cations, design analysis and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Blo ck H also indicate the estimated percentages involvement of each firm on the proposed 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 schedule s; E: Knowledge of the locality of the Louisville District military boundaries, to include relevant and recent experience in coordinating with relevant local, state and Federal regulatory agencies, knowledge of local building codes, etc.; F: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to p erform this work must submit one copy of the SF 330, Part I, and one copy of SF 330, Part II for the prime firm or Joint Venture proposing to be the lead firm. Responding firms must submit a current and accurate SF 330, Part II, for each proposed subconsul tant, and for each branch office of the prime firm that will have a key role in the proposed contract. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF330. Please identify the ACASS number of the of fice performing the work in Block 3b of the SF 330, Part I. ACASS numbers may be obtained by contacting Portland Corps of Engineers website at: http://nwp.usace.army.mil/ct/i or by contacting Portland Office at 503-808-4591. The SF 330, Part I will be no l onger than 100 pages in length (excluding the SF 330 Part II) and Block H will be 10 pages or less in length. Front and back side use of a single page will count as two pages. Release of firm status will occur within 10 days after approval of any selection . All responses by SF 330 to this announcement must be received no later than 4:00 p.m. local time on June 30, 2005. No other information including pamphlets or booklets is requested or required: d) No other general notification to firms under considerat ion for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engine ers, ATTN: Ms. Kimberly McKnight, 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40202.
 
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
SN00817727-W 20050529/050528093341 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.