Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Services

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACA, NRCC, Installation - Fort Eustis, ATTN: ATZF-DPC, 2798 Harrison Loop Complex, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W91QF106R0014
 
Response Due
8/16/2006
 
Archive Date
10/15/2006
 
Small Business Set-Aside
N/A
 
Description
Architect-Engineer (A-E) Services for the preparation of designs, plans, specifications and cost estimates for various projects as needed for the Tidewater Regional Directorates of Public Works (DPW) (i.e., Fort Eustis, Fort Lee, Fort Monroe, and For t Story). The proposed contract may also be used to provide services for other installations serviced by the Northern Region Contracting Center (NRCC). The contractor will have the right to refuse orders for such services to be performed outside the prima ry geographic boundaries. CONTRACT INFORMATION: The services that may be required will consist of, but are not limited to: Designs and/or Feasibility Studies for new structures, various repairs, alterations and/or improvements to Barracks, Administrative facilities, Army Family Housing (AFH) Units, Warehouses and other existing facilities or installation infrastructure, including design or inspection of roads and other surfaced areas construction and repair; Storm water and other drainage systems; Structu ral Roof Truss Inspections; Pavement Condition Inspections; Building condition reports, including Installation Status Reports (ISR); Rehabilitation of historic buildings and structures; Project Management and Inspection Services for construction projects; AutoCADD services, including the scanning or digitization of existing construction drawings; Environmental Surveys, Reports, Studies and Designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum pro ducts. An Indefinite Delivery Contract (IDC) will be negotiated and awarded for one (1) base period, plus two (2) option periods. Task Orders for the Base and Option Periods shall not exceed $1,000,000.00 per period each. The cumulative total of all Tas k Orders for both the base and all option periods shall not exceed $3,000,000.00. The maximum dollar limitation for any Task Order shall be limited to $1,000,000.00. Task Orders for each contract period may be issued for a period of up to one year or unt il the maximum dollar limitation is reached (i.e., $1,000,000.00), whichever occurs first. The Government has the right to exercise an option after the maximum dollar limitation is reached. The contract is anticipated to be awarded in September/October 2 006. An additional award(s) may result from this announcement for a period of one (1) year after the date of selection approval. This requirement is being solicited on an unrestricted basis. Should a large business be selected, it shall comply with FAR 52.219-9, Small Business and Small Disadvantaged Business Subcontracting Plan, for that portion of work it intends to subcontract. This plan is not required with response to this announcement, however, it will be requested and must be approved prior to award to any large business. For informational purposes, the NAICS code of this requirement is 541330 Engineering Services and the small business size standard is $4.5 million in annual average gross revenues for the last three (3) fiscal years. A Requ est for Proposal (RFP) will be issued to the Top Ranked Firm as determined by the Section Board(s) based upon the Selection Criteria and Interviews. All firms must be registered in the DoD Central Contractor Registration (CCR) database prior to any award resulting from this announcement. SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E & F are secondary and will be used as tie-breakers among technically equal firms. A. PERSONNEL QUALIFICATIONS: The design team must possess Commonwealth of Virginia registered personnel with experience in the following disciplines: Architectural, Civil, Environmental, Geotechnical (Soils Engineer), Historic Preservation, Land Surveying, Mechanical, and Structural. In addition, a Certified Industrial Hygienist (CIH) must be part of the design team and a copy of their Board of Industr ial Hygiene Certificate must be included in Part I, Section H, Block 30 of the SF 330. Address the proposed method of carrying out the work, including the composition, responsibility, and organization of the design team, to meet the anticipated project re quirements. B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address the experience of the design team by providing specific examples of projects in a wide variety of multi-discipline design projects and studies. Indicate work completed under current and/or recently completed IDCs. Include Contract number(s), Point(s) of Contact, telephone number(s) and email address(es) for each. Also, address the design JOC Construction documents and estimates. Address the firms experience and use of the 2003 Int ernational Building Code (IBC), National Fire Code, State Building Codes, and past experience and/or capability to use R.S. Means cost books and data and EuroJOC estimating software. The design team must have experience in Antiterrorism design for Federal facilities, energy conservation, pollution prevention, waste reduction, the use of recovered materials and the SPiRiT or LEED rating system for energy conservation and sustainability. Firms must address in, Part I, Section H, Block 30 of the SF330, thei r computer resources, to include accessibility to, familiarity with, and possession of, the following items: (1) Construction Criteria Base (CCB); (2) SPECSINTACT and MasterFormat Specification Systems; (3) MCACES Estimating System; (4) In-house AutoCADD c apability, version 2004 and/or later version(s); (5) In-house capability to transmit electronic documents via internet; (6) Dr. Checks. C. CAPACITY TO ACCOMPLISH WORK. Firms must address the ability of the design team to complete projects within mandator y time frames, including multiple Task Orders under an IDC. Provide specific examples of both in Part I, Section H, Block 30 of the SF330. D. PAST PERFORMANCE. Provide examples of project specific work, including past and/or current IDCs with the Depart ment of Defense (DoD) and other Government Agencies and/or private industry within the last three (3) years. Provide ALL recent ACASS evaluations (past three (3) years). Provide letters of evaluations and/or recognition by other clients from the past two (2) years. Provide at a minimum, five (5) specific examples of cost control and estimating performance on past projects completed within the last three (3) years. Include a Point of Contact with current telephone/fax number(s) and e-mail address(es) fo r each contract/project/Task Order listed in Part I, Section F of the SF 330. E. LOCATION. Location of the firm within the general geographical area of the proposed requirement(s). F. VOLUME OF WORK. In Part I, Section H, Block 30, provide the volume of DoD and other Government Agency contracts/Task Orders awarded in the past 12 months (include both the design fee and estimated construction value). Considerations shall also include current workload as listed in Part II, Block 10 of the SF 330. SUBMISSI ON REQUIREMENTS: This is NOT an RFP. ALL requirements of this announcement MUST be met for a firm to be considered responsive. Interested firms having the capabilities to perform the anticipated work must submit an original fully completed SF 330 (Parts I and II) to: Army Contracting Agency, Northern Region Contracting Center, Fort Eustis Directorate of Contracting, Attn: Rebecca Fowler, 1816 Shop Road, Building 6268, Fort Lee, VA 23801. In addition, interested firms shall also submit the following: (1 ) an Organization Chart, Part I, Section D; (2) the actual number of employees, by discipline, designated and committed to perform work under this contract, Part I, Section H, Block 30 and; (3) ACASS and CAGE code numbers, Part I, Section H, Block 30. Sup plemental information, such as cover letters will not be taken into consideration. The complete package must be received at the above Fort Lee address by 2:00 PM on 16 August 2006. Submittals received by facsimile or email will not be accepted and will be considered nonresponsive. Prior to the final selection, firms considered Most Highly Qualified to accomplish the work will be interviewed by telephone or by formal presentation. For additional submission information, see numbered note 24.
 
Place of Performance
Address: Directorate of Public Works and Logistics 1816 Shop Road Fort Lee VA
Zip Code: 23801
Country: US
 
Record
SN01087437-W 20060714/060712220952 (fbodaily.com)
 
Source
FedBizOpps 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.