Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

C -- IDC FOR MASTER PLANNING AND DESIGN TO SUPPORT BRAC 2005 AT ABERDEEN PROVING GROUND, MD

Notice Date
11/17/2006
 
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-0011
 
Response Due
12/19/2006
 
Archive Date
2/17/2007
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. One Indefinite Delivery Contract will be awarded to support primarily the Aberdeen Proving Ground (APG) BRAC 05 and may support other program requirements. The contract will be for a five year period for a total contract amount of $20,000,000.00. Individual task orders will not exceed the total contract amount. The selected firm must be capable of responding t o and working on multiple, large task orders concurrently. The concentration of work will be for Aberdeen Proving Ground but with the explicit consent of Aberdeen Proving Ground Contracting Officer Technical Representative (COTR) the contract may be use d anywhere 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). 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-fix ed-price. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business, 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 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), including 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. 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 project. Failure to adequately explain reasons for n ot meeting previous contract goals may result in a lower overall rating and ultimate non-selection. 2. PROJECT INFORMATION: The task orders will cover master planning and design needs throughout the contract term. The tasks anticipated include but not lim ited to: For Master Planning task orders - land use plans; long range components; short-range components; capital investment strategies; installation design guides; real property management plan digests; facility utilization studies; TAB updates; ASIP ver ifications; site investigations; range planning; minor designs; surveying, aerial photography and related mapping; DD forms 1391; planning charrettes; utilities and storm water management assessments; transportation management plans and traffic assessment s; contingency assessments (for expansion/contraction of installation); future development plans; Enhanced Use Leasing plans, EUL program support, and all necessary associated EUL documentation; facilities requirements analyses; landscape development plans ; building information schedules; ICUZ studies (noise impact); communication plans; energy management and support; energy plans; fire and life safety studies; National Environmental Policy Act NEPA)compliance, including preparation of environmental assessm ents (EA) or impact statements (EIS), and associated NEPA public disclosure & coordination procedures; natural and cultural resources management planning and National Historic Preservation Act (NHPA) compliance management planning (i.e., Section 106 and 11 0 procedures); physical security and force protection plans (in accordance with DoD regulations); Computerized Maintenance Management System (MAXIMO)management, SYCLO, and DataSplice software and Symbol handheld devices; quality of life programs. The A/E will also be required to conduct development and sustainment of GIS and related databases and networking. Ongoing system maintenance as well as long-term GIS imp rovement and refinement will be major tasks under this contract. Intergraph MGE (modular GIS environment) using an Oracle database is the GIS platform at APG. The AE must also have the capability, knowledge, and experience in developing and maintaining a G IS in ArcInfo and Oracle Spatial. The selected A/E will produce products that utilize the DIO's systems & software, including MicroStation (.DGN format) for CADD support, MGE, Oracle database, MS OFFICE Suite 2000, the Army's Integrated Facilities System ( IFS), and the Computerized Maintenance Management System (CMMS), MAXIMO. For design: surveys, geotechnical investigations, permitting, design charrettes design build requests for proposal, full designs, and other general A-E services for multi-discipli ned new construction projects, alterations, 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 operation and maintenance manuals, site visits, shop drawing reviews, technical assistance, on-site representation and commissioning/start-up/fit-up design support. The anticipated projects are: laboratories and research fac ilities; data, information management and electronic communications facilities; military testing facilities; medical treatment facilities; administration facilities; warehouses; infrastructure upgrades; community support facilities; recreational and physi cal fitness facilities; 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) all master planning aspect s as detailed in the aforementioned paragraph; (2) Design of new facilities or renovation of existing facilities of various types and sizes including, but not limited to medical and non-medical laboratories and research facilities; data, information manage ment and electronic communications facilities; military testing facilities; hospitals and medical treatment facilities; administration facilities; warehouses; infrastructure upgrades; community support facilities; recreation and physical fitness facilities ; and child development facilities; (3) Experience in the design of innovative and/or architecturally complex facilities with a requirement for highly reliable, redundant utility systems; (4) Experience with the design and integration of extensive, robust, internal communication networks into building systems architecture; (5) 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; (6) Preparation and development of the technical information for design build request for proposals; (7) Experience with large task order contracts and handling multiple, large task or ders simultaneously; (8) Application of construction cost control through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remain within budget; (9) Past performance on contracts with governme nt agencies and private industry in terms of quality of work and compliance with performance schedules; (10) Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts; (11) Extent of participation of small businesses including Woman owned small business, Small Disadvantaged business, Historically Black Colleges, Uni versities & Minorities, Hub-Zone small business, Veteran Owned Small Business, and Service-Disabled Veteran-owned small business. (12) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (13) Experience in the design of sensitive compartmented information facilities; (14) Obtaining of all necessary permits; (15) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (16) Analysis and implementation of anti-terrorism and force protection requirements; (17) Analysis and implementation of Leadership in Energy and Environmental Design (LEED) criteria; (18) Asbestos and lead paint surveys and testing services; (19) The firm must demonstrate proof of site security clearance, th e ability to obtain security clearances, and their experience working with classified documents; (20) Geographic location. B. The firm must have registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Pr oject 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, planner, in terior designer, cost estimator, landscape architect, GIS, energy, MAXIMO, and industrial hygienist. 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 firm must demonstrate knowledge and experience in using Microstation for CADD support. The firm must demonstrate knowledge and experience in using MAXIMO and SYCLO and DataSplice software running on S ymbol devices. 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 disciplines shall be presented to insure tha t the firm can meet the potential of working on multiple task orders for multiple customers. Please note: Key personnel identified for master planning and GIS must possess secret clearances or have the ability to obtain secret clearances upon the awar d of the contract. C. Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, professional registration, quality control p rocedures, cost control, coordination 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: Interested firms having the 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 must be submitted for ea ch 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. 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: Pat ricia J. Hensley, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Frank A. Cirincione, P.E., at (410) 962- 4170. Contracting questions can be directed to Patricia J. Hensley (410) 962-7718 or patty.hensley@nab02.usac e.army.mil. These forms shall be submitted to the above address not later than 3:00 PM, LOCAL TIME on December 19, 2006. Four copies of the SF 3 30 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 10 font and margins shall not be less than one inch. Effective immediately, the use of DUNS+4 numbers to identify v endors 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 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 A/E selection process, telephone 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: 21203
Country: US
 
Record
SN01183255-W 20061119/061117220903 (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.