Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

C -- A-E Services for Afghanistan and Surrounding Area of Responsibility (AOR)

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
U.S. Army Corps of Engineers, Afghanistan, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W917PM-05-R-0011
 
Response Due
9/10/2005
 
Archive Date
11/9/2005
 
Small Business Set-Aside
8a Competitive
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The purpose of this procurement is to provide multi-disciplined architectural and engineering (A-E) services to the U.S. Army Corps of Engineers, in the execution of the general A-E design of miscellaneous U.S. military, USAID, Government of Afghanistan, and o ther agency facilities and related work in Afghanistan and surrounding areas within area of responsibility (AOR). The Government intends to negotiate and award at least one Indefinite Delivery Contract (IDC), but reserves the right to award two IDC, for A -E Services to an 8(a) firm. The contract will have a base year and two option years. The contract amount will not exceed $3,000,000.00. Work will be issued by negotiated firm-fixed price or labor hour task orders. If multiple awards are made, the contr acting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniq uely specialized experience, and equitable distribution of work among the contractors. Award is anticipated by 30 September 2005. North American Industrial Classification System code is 541310. Awards resulting from this notice are set aside for SBA 8(a) business development program. To be eligible for contract award, a firm must be registered in the DOD Central Contract Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information C enter at 1-800-334-3414. 2. PROJECT INFORMATION: The type of design and related support work, including support during construction, primarily includes site surveys, existing facility assessments, master plans (comprehensive plans), feasibility studies, p lanning/design charrettes, Value Engineering (VE) Studies, new construction, repair/rehabilitation and maintenance projects, structural analysis, mechanical and electrical analyses, asbestos surveys, support during construction including review of other A- E designs and construction submittals, and construction assessments, including support for contract modifications (change orders). The A-E will also develop requests for proposals (RFP) for design-build contracts. A-E services may also be required for desi gn and related support of minor scopes of the above as well. The additional specific work requirements will be set forth in individual task orders. The A-E shall furnish the required personnel, equipment, instruments, and transportation, as necessary to accomplish the required services and furnish to the Government reports and other data together with supporting materials developed during the period of service. 3.SELECTION CRITERIA: The selection criteria for this particular project are listed below in de scending order of importance (first by major criterion and then by each sub-criterion). Criterion a-e are primary. Criteria f-g are secondary and will only be used as tie breakers among firms that are essentially technically equal. a. Specialized Experienc e and Technical Competence - Experience of firm and its consultants in certain types of projects and features of work. - Experience in adapting standard design packages.  Knowledge of specific laws and regulations and design criteria b. Professional Qual ifications - Professional and supporting disciplines, including registration of licensing requirements. - Specific experience and training for certain personnel. c. Past Performance - Past performance on DoD and other contracts with respect to cost control , qualify of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to accomplish work - Capacity to perform a pproximately $1,000,000.00 in work of the required type in a one-year period. - Ability to accomplish a certain number of task orders simultaneously for an IDIQ contract. - Ability to provide a minimum number of teams or crews for surveying, inspections, d ata collection or similar services and meeting critical schedule. e. Knowledge of the Locality - Specific knowledge of certain local conditions in Afghanistan or project site features, such as geological features, climate conditions, local construction met hods, or local laws and regulations of Afghanistan AOR. f. Geographic Proximity - Location of the firm in the general geographical area of Kabul, Afghanistan. g. Equitable Distribution of DoD Contracts - Volume of DoD A-E contracts awards in the last 12 mo nths, with objective of effecting and equitable distribution of DoD A-E contracts among qualified firms, including 8(a), SB and SDB. 4. SUBMISSION REQUIREMENT: Interested firms having the capabilities to perform this work must submit two (2) copies of SF 255 (11/92 edition) and two (2) copies of SF 254 (11/92 edition) for the prime firm and all consultants to the above address not later than 5:00 P. M. (Kabul time) on the response date indicated above. The SF 255 shall not exceed 50 pages, including no mor e than 5 pages for Block 10. Block 10 of SF 255 indicate the estimated percentage of involvement of each firm on the proposed team. Include an organization chart of the key personnel to be assigned to the project. Facsimile transmissions will not be accept ed. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. E-mail your questions to U. S. Army Engineer District, Afghanistan  Contracting Di vision renee.williams@tac01.usace.army.mil and edna.sheridan@tac01.usace.army.mil
 
Place of Performance
Address: U.S. Army Corps of Engineers, Afghanistan Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
Country: AF
 
Record
SN00868453-W 20050813/050811212617 (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.