Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

C -- Four (4) Indefinite Delivery (Multidiscipline) Contracts for the Baltimore District and throughout the North Atlantic Division

Notice Date
6/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-05-R-0055
 
Response Due
7/8/2005
 
Archive Date
9/6/2005
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: A maximum of four Indefinite Delivery Contracts will be awarded to support the Baltimore District. The contracts will be for a three year period and may be structured to have a 12 month base period and two 12 month option p eriods. The total contact amount will not exceed $3,000,000 and, if a base period and two option periods are used, the contract amount will not exceed $1,000,000 for each period. Individual task orders will not exceed the total contract amount or, if a ba se period and option periods are used, individual task orders will not exceed the contract amount for a period. The firm must be capable of responding to and working on multiple task orders concurrently. Task orders will be assigned based on the A-Es wo rkload, geographic area, specialized experience, customer satisfaction, and project requirements. The concentration of work will be for the Baltimore District but can be used anywhere throughout the North Atlantic Division region. Contracts may be issued up to one year after selection approval. The number of contracts that will be issued will be dependent on the amount of work that will be required. The North American Industry Classification Code (NAICS) is 541330. The size standard for this procurement i s $4,000,000.00 average annual receipts over the last 3 years. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100 -180, PL 95-507, and PL 99-661. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), inclu ding Historically Black Colleges and Universities or Minority Institutions; 10% with Women-owned small businesses (WOSB); 3% shall be placed with Hubzone Small Businesses (HubSB), 3% with Veteran-owned small businesses (VOSB); and 3% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: The work may consist of the preparation of reports, studies, design criteria, designs, and other general A-E services for multi-disc iplined alterations, renovations, maintenance and repair, tenant fit-up and operations, and new construction projects for military and other, non-military government agencies. The firm may be required to provide construction phase and other services whic h may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. 3. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance: A. The firm must demo nstrate specialized and technical competence in: (1) Design of new facilities of various types and sizes; (2) Rehabilitation of existing facilities, also, of various types and sizes; (3) Preparation of project programming documents such as DD Forms 1391 or planning and feasibility studies; (4) Preparation of the development of the technical information for design build request for proposals; (5) Asbestos and lead paint surveys and testing services; (6) Coordination, submissions and presentations to the Stat e Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts. Note that only two of the selected firms will be required to have the required experience with the National Capital Planning Commission and the Commissi on of Fine Arts; (7) Performance on similar task order contracts of this type; (8) Obtaining of all necessary permits; (9) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (10) Analysis and implementation of anti- terrorism and force protection requirements. (11) Analysis and implementation of the Armys Sustainable Project Rating Tool (SpiRit) or similar systems such as LEED. (12) The firms ability to obtain security clearances and their experience working with classified documents may be considered in the selection. B. The key disciplines required are: Registered and licensed personnel for the following disciplines: architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, and industrial hygienist. Other key disciplines that shall be presented are: interior designer, cost estimator, and landscape architect. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engin eering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. The evaluati on of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the pote ntial of working on multiple task orders. C. Work Management: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, co ordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 mus t be submitted for each consultant to the address below, no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next busi ness day. Include the firms ACASS number for the prime, if available, of the SF 330, Part I, Block B. On the SF 330, Part I, Block C, provide the ACASS number for each consultant, (if available). If your firm does not have an ACASS number, it can be obtain ed from the Portland District Corps of Engineers ACASS database by calling (503) 808-4591. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Nichol Fitzpatrick, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to David Roberts at (410) 962-4363 or david.i.roberts@nab02.usace.army.mil. Contracting questions can be direc ted to Mrs. Nichol Fitzpatrick at (410) 962-2281 or nichol.fitzpatrick@nab02.usace.army.mil. These forms shall be submitted to the above address not later than 4:00PM on 8 July 2005. Only one copy of a submission is required at this time. The SF 330 shall have a page limit of 100 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of the Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. Fo r example, a vendor could have two records for themselves at the same physical location to identify two separated bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-571 1. Solicitation packages are not provided. This is not a request for proposal. NOTE: Phone calls to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be schedul ed.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00823528-W 20050608/050606212215 (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.