Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOLICITATION NOTICE

C -- 4. CIndefinite Delivery-Type (Mechanical/Electrical) Contract, Defense Distribution Depot Susquehanna Pennsylvania (DDSP), New Cumberland, PA, but may be used throughout the North Atlantic Division!!

Notice Date
11/16/2006
 
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-0017
 
Response Due
12/18/2006
 
Archive Date
2/16/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: A-E services are required for the Defense Distribution Depot Susquehanna Pennsylvania (DDSP), New Cumberland, PA, but may be used throughout the North Atlantic Division. The North American Industry Classification System Co de (NAICS) is 541330. This announcement is open to all businesses regardless of size. This contract will be for $3,000,000.00. Not to exceed a three (3) year period. Contract will be firm fixed price. SUBCONTRACTING PLAN REQUIREMENTS: USE THE STANDARD LA NGUAGE AND ADD THE FOLLOWING: 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 complied on past projects with the subcontracting requirements for that respecti ve contract. Any prime or joint ventue found to be officially notified on non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. All responsible sources may submit a proposal, which shall be conside red by the agency. 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 required with the final fee proposals. A minimum of 45% of the total planned subco ntracting dollars shall be placed with small business concerns. At least 20% of shall be for small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 10% shall be for women owned small businesse s (WOBS), 3% shall be for Hub-zone small businesses (HubSB), 3% shall be for veteran owned small businesses (VOSB) and 3% shall be for Service Disabled Veteran owned small businesses (SDV).The ssubcontracting plan is not required with this submittal. Contr act will be firm fixed price. 2. PROJECT INFORMATION: Concentration of work shall be in Mechanical and Electrical Design. Work may consist of preparation of reports, studies, design criteria, estimates, contract drawings, specifications, designs and o ther general A-E services for alterations, renovation, maintenance and repair, and minor new construction projects. Specific tasks may include but are not limited to HVAC planning and design, upgrades of electrical systems, renovation of chiller plants an d boiler plants, roofing systems, Fire Protection analysis and design for the installation and modification of fire protection systems, facility management and operations related studies. Firm selected must be capable of providing multi-discipline archite ctural and engineering services for either routine or emergency services for water, sanitary sewer, storm drainage, civil site, roadway, mechanical, electrical, fire protection, communication systems, structural and architectural designs. Construction pha se services may include shop drawing reviews, site visits and preparation of operation and maintenance manuals. The staff must be capable of responding to multiple work order tasks concurrently and shall include architects, civil, electrical, mechanical, sanitary, structural, fire protection and geotechnical engineers, surveyors and cost estimators. In addition to routine designs, the contractor shall provide evidence of specialized experience and technical competence of the following: Experience with In definite Delivery contracts; experience using US Army Corp of Engineers standard formats, such as Guide Specifications (CEGS), Unified Facility Guide Specifications, ARMS, Life Cycle Analyses, etc. Work may also include preparation of: design criteria do cuments, construction cost analysis, preparation of DD Form 1391s(Military Construction Project Data), in accordance with Army Regulation 415-15; Preparation of applicable Defense Logistics Agency manuals and Project Development Brochures (PDBs) in accor dance with Technical Manual 5-800-3; preparation of economic analyses for projects; performing field surveying and data conversion of utility maps to create and /or update the Basic Information Maps. The A/E shall also be capable of performing the following: facility condition surveys, hazardous material surveys, concept designs, final designs and construction phase services. Studies may include such work as: su rveying existing facilities, for mechanical/electrical/plumbing systems, architecture, structural, utility system, life safety and fire safety code deficiencies; preparation of program for design for new facilities; design efforts may include facility upgr ades to meet Unified Facilities Criteria (UFC), National Fire Protection Association (NFPA) requirements such as: installation of fire sprinklers; interior upgrades and especially upgrades to mechanical, electrical, and fire alarm systems. Projects will b e designed in accordance with: ASHRAE, NEC, Unified Facilities Criteria, National Fire Protection Association (NFPA), Uniform Federal Accessibility Standards (JFAS), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Occupational Safety and Health Administration (OSHA) and the Advisory Council on Historic Preservation (ACHP). Work will include asbestos and lead based paint abatement, and other hazardous survey, testing and abatement. The AE shall be capable of providing CADD output compatib le for government use. The firm will be required to provide any digitizing and/or translation services necessary to deliver the final design products in latest version of AUTOCAD on compact disks (CDs). Graphic standards and leveling convention for all CADD drawings shall be based on Tri-service architectural, engineering and construction (AEC) computer-aided design and drafting (CADD) standards. 3. SELECTION CRITERIA: The criteria for selection in descending order of important will be (A) Speciali zed experience and technical competence of the firm and consultants in: (1) Experience in design of central chilled water and central boiler plant systems, electrical substations, low and medium voltage distribution systems, fire and security alarm system s, and energy conservation/energy management systems. (2) Experience with small to medium sized renovation projects with average construction cost of $4.5 million. (3) The firms ability to respond to multiple work orders concurrently, at least two team s shall be shown in the organizational structure. (B) Qualified professional personnel shall be provided in the following key disciplines: HVAC, plumbing, electrical, fire protection engineering, code consultants, and construction cost estimating, archi tecture, interior design, structural, civil engineering, industrial hygiene, and operation and maintenance systems. Registered or certified professional staffs are required in the following disciplines: architecture, mechanical, electrical, fire protecti on, structural, civil engineering, and industrial hygiene. The evaluation will consider education, training, registration, certification, overall and relevant experience, and longevity with the firm. Particular emphasis should be placed on the selection of the Project Manager leading the design team and interfacing with DDSP. DDSP requires a person with substantial relevant experience, availability, superior inter-personal and communication skills, customer service orientation, and an interdisciplinary a pproach to problem solving. (C) Experience producing quality designs based on an evaluation of a firms design quality management plan (DQMP). The DQMP should include an organization chart and briefly address management approach, team organization, quali ty control procedures, cost control, value engineering, coordination of in-house disciplines and sub-consultants, and prior experience of the prime firm and any significant consultants on similar projects. (D) Experience of the firm and any consultants i n similar size projects, past performance on DOD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, a nd (E) The availability of an adequate number of personnel in key disciplines. 4. 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) and 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 busin ess the next business day. On the SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide title and contract award dates for all projects listed in that section. The SF 330 shall have a page limit of 125 pa ges. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: William (Tony) Epps, CENAB-CT, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Timothy L. Gilson, P.E. (717) 770-5091 or Michael Craver (717) 770-4295. Contracting questions can be directed to William (Tony) Epps, tony.epps@nab02.usace.army.mil or (410) 962-5610. 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 you do not have a DUNS number, or want to register subsidiarie s and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitations packages are not provided. 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: 21203
Country: US
 
Record
SN01182409-W 20061118/061116220840 (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.