Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
SOLICITATION NOTICE

C -- UP TO TWO (2) INDEFINITE DELIVERY (MULTIDISCIPLINE) CONTRACTS FOR THE BALTIMORE DISTRICT BUT MAY BE USED THROUGHOUT THE NORTH ATLANTIC DIVISION

Notice Date
11/2/2006
 
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-07-R-0005
 
Response Due
12/4/2006
 
Archive Date
2/2/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. A maximum of two Indefinite Delivery Contracts will be awarded to support the Baltimore Distric ts execution of the BRAC 2005 Program, and other BRAC-related work. The contracts will be for a five year period and the total contract amount of each contract will not exceed $50,000,000.00. Individual task orders will not exceed the total contract am ount. The firm must be capable of responding to and working on multiple, large task orders concurrently. Task orders will be awarded based on the A-Es current workload and its ability to accomplish the order in the required time, geographic location, ty pe of services required, previous installation experience including customer satisfaction and performance and quality of deliverables under the current IDC. The concentration of work will be for the Baltimore District but the contracts can be used anywher e throughout the North Atlantic Division (Connecticut, Delaware, District of Columbia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia). Contracts may be issued up to one ye ar after selection approval. The North American Industry Classification Code (NAICS) for this procurement is 541330 and the size standard under this code is $4,500,000.00 average annual receipts over the last three years. This announcement is open to all businesses regardless of size. Contracts will be firm-fixed-price. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL 99-661 will be re quired with the final fee proposal. 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), i ncluding 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 Disab led Veteran-owned small businesses (SDVOSB). The subcontracting plan is not required with this submittal. Upon receipt of your SF330 for this project, the prime or the joint venture will be reviewed by the Contracting Officer to determine if you have compl ied on past projects with the subcontracting requirements for that respective contract. Any prime or joint venture found to be officially notified of non-compliance on past contracts and the non-compliance is outstanding will not be considered for this pr oject. Failure to adequately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. 2. PROJECT INFORMATION: The work may consist of site investigations, planning, master planning, programm ing, surveys, geotechnical investigations, permitting, charrettes, and the preparation of reports, studies, design criteria, design build requests for proposal, designs, and other general A-E services for multi-disciplined new construction projects, altera tions, renovations, maintenance and repair, tenant fit-up and operations for military and other, non-military government agencies. The firm may be required to provide construction phase and other services including, but not limited to preparation of opera tion and maintenance manuals, site visits, shop drawing reviews, technical assistance, on-site representation and commissioning/start-up/fit-up design support. The work will support execution of the BRAC 2005 Program, and other BRAC-related work . The sc ope of work will include a wide range of projects including, but not limited to medical and non-medical laboratories and research facilities; data, information management and electronic communications facilities; military testing facilities; hospitals and medical treatment facilities; administration facilities; warehouses; infrastructure upgrades; community support facilities; recreational and physical fitness fa cilities; and child development facilities. 3. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance: A. The firm must demonstrate specialized and technical competence in: (1) Design of new facilities of various types and sizes including, but not limited to, the facilities listed above; (2) Experience in the design of innovative and/or architecturally complex facilities with a requirement for highly reliable, redundant utility systems; (3) Experience with the des ign and integration of extensive, robust, internal communication networks into building systems architecture; (4) Experience in the design of new research laboratories and support facilities to include the integration of state of the art investigative and analytical technology, various levels of containment, life safety, fire protection and commissioning activities; (5) Rehabilitation of existing facilities, also of various types and sizes; (6) Preparation of project programming documents such as master pla nning studies and DD Forms 1391 and experience in conducting both planning charrettes and design charrettes; (7) Preparation and development of the technical information for design build request for proposals; (8) Experience with large task order contracts and handling multiple, large task orders simultaneously; (9) Application of construction cost control through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remain within budget; (10) Past performance on contracts with government agencies and private industry in terms of quality of work and compliance with performance schedules; (11) Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Plan ning Commission, and the Commission of Fine Arts; (12) Extent of participation of small businesses including Woman owned small business, Small Disadvantaged business, Historically Black Colleges & Minorities, Hub-Zone small business, Veteran Owned Small Bu siness, and Service-Disabled Veteran-owned small business. (13) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (14) Experience in the design of sensitive compartmented information facilities; (15) Obt aining of all necessary permits; (16) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (17) Analysis and implementation of anti-terrorism and force protection requirements; (18) Analysis and implementation of Lead ership in Energy and Environmental Design (LEED) criteria; (19) Experience in the use of Building Information Modeling; (20) Asbestos and lead paint surveys and testing services; (21) The firms ability to obtain security clearances and their experience wo rking with classified documents; (22) Geographic location. B. The firm must have registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Project manager, architect, civil engineer, electrical engineer , communications and related systems engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, building commissioning expert, land surveyor, interior designer, cost estimator, landscape architect, and industrial h ygienist. 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 Engineering 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 evaluation 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 di sciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders for multiple customers. C. Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organ ization chart and briefly address management approach, team organization, professional registration, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their sig nificant 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: Interested firms having the capabilities to perform this work m ust submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must 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 business day. On SF 330, Part I, Block 5, include DUNS number for the prime firm/joint venture. On the SF 330, Part I, Block F, provide the title and contr act award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Mary A. Riche, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. David Roberts at (410) 962-4363 or david.i.roberts@nab02.usace.army.mil. Contracting questions can be directed to Ms. Mary A. Riche at (410) 962-4880 or mary.a.riche@nab02.usace.army.mil. These forms shall be submitted to the above address not later tha n 4:00PM on December 4, 2006. Two copies of the SF 330 submission are required. The SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 11 font. 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. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If yo u do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. NOTE: In order to maintain total objectivity in the AE selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN01175265-W 20061104/061102220824 (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.