Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

C -- Master Planning and Design Services within the U.S. European Command 's are of responsibility

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-07-R-0031
 
Response Due
10/11/2007
 
Archive Date
12/10/2007
 
Small Business Set-Aside
N/A
 
Description
Opening Date: 11 September 2007 Closing Date: 11 October 2007 ANNOUNCEMENT W912GB-07-R-0031 for INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT MASTER PLANNING AND DESIGN SERVICES WITHIN THE U.S. EUROPEAN COMMANDS AREA OF RESPONSIBLITY 1. DESCRIPTION OF SERVICES: Multi-disciplined A-E services are required for master planning, facility master planning, programming, and minor design throughout the EUCOMs AOR, which includes, but may not be limited to Europe, the Middle East, Africa, Eas tern Europe and the former Soviet States. The agency is the U.S. Army Corps of Engineers, Europe District. The anticipated use of these contracts will include, but not be limited to: CAD/GIS mapping; CAD/GIS data migration/consolidation; data linkage; da tabase development; database migration/consolidation; data scanning and archiving; comprehensive master plans; installation real property master planning; infrastructure assessments; programming documents; DD Form 1391 preparation; planning & design charre ttes; project economic and market analyses; housing market analyses; designs, priority improvement projects; installation design guides; interior design, planning and design manuals; Facility Utilization Surveys; security and anti-terrorism/force protectio n studies; life safety improvements and Americans with Disabilities Act (ADA) surveys; housing studies; housing community plans; information management master plans; medical master plans; privatization studies; environmental impact assessments; baseline st udies; planning and designs for the Department of Defense Dependent Schools (DODDS); summary development plans; stationing plans; and code and regulatory comparisons. The AE will be required to deliver products in the following formats: Bentley Microstatio n CAD format (contemporaneous versions), ESRI ArcGIS Personal Geodatabase in Oracle or MS Access (Contemporaneous version), and MS Office Suite, including Excel and Word. An Indefinite Delivery/Indefinite Quantity (IDIQ) Contract (IDC) will be negotiated a nd awarded for one (1) base period, plus four (4) option periods. The cumulative total of all Task Orders for both the base and all option periods shall not exceed $12,000,000.00. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP). N o one Task Order shall exceed $12,000,000. The contract is anticipated to be awarded in the 2nd Qtr FY08. It is anticipated that up to four (4) awards will be made. For informational purposes, the NAICS code of this requirement is 541330 Engineering Serv ices. A Request for Proposal (RFP) will be issued to the most highly qualified firm as determined by the Section Board based upon the Selection Criteria and Interviews. All firms must be registered in the DoD Central Contractor Registration (CCR) databas e prior to any award resulting from this announcement. Register via the CCR internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Information Center at +800-334-3414. 2. SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A - E are primary. Criteria F is secondary and will only be used by the Selection Board as a tie-breaker among technically equal firms. a. SPECIALIZED EXPEREINCE & TECHNICAL COMPETENCE: Address the specialized experience and technical knowledge within the last 5 years in the type of work required. Firms must demonstrate the specialized experience and technical competence of the prim e contractor, joint venture partners, consultants, subcontractors and/or free-lance associates within the last 5 years in the types of work involved as described in paragraph 1 above. Project descriptions should show explicit experience pertinent to this announcement. b. PROFESSIONAL QUALIFICATIONS: The A-E firm must identify the qualifications of personnel in the following key disciplines: Project Manager, Architect, Master Planning, Interior Des ign, Landscape Architect, Civil Engineering, Electrical Engineering, Industrial Engineering, Registered Communications Distribution Design, Structural Engineering, Mechanical Engineering, Technical Support, CAD and GIS Administration and Management, Database Administration, Graphic Design, Environmental Engineering and Land Surveying. Professiona ls in these disciplines shall have experience in the services described in paragraph 1. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the proposed team for all proposed key personne l. The A-E must be capable of certifying that all work is in compliance with U.S. and host nation laws and regulations. c. PAST PERFORMANCE. Provide examples of project specific work, including past and/or current IDIQs with the Department of Defense (DoD) and other Government Agencies and/or private industry within the last three (3) years with respect to budget and cost control, quality of work and compliance with performance schedules, as determined by CPARS (ACASS), customer satisfaction and other sources. Provide ALL recent ACASS evaluations (past three (3) years). ACASS numbers shall be included in Part I, Secti on H, Block 30. Provide no more than 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 cost/estimating example in Section H. The evaluation shall also take into account past performance information regarding key personnel who have relevant experience, and or consultants/subcontractors/Joint Ventures that will perform major or critica l aspects of the requirement. d. CAPACITY TO ACCOMPLISH WORK: Firms must address and demonstrate the capacity to execute large Task Orders simultaneously. The evaluation will also consider the capacity of key personnel available and dedicated to complete multiple Task Orders with in mandated schedules. Provide no more than five (5) specific examples in Section H, to include the total design value(s) for each large Task Order accompanied with the original submittal schedule(s) and the actual completion schedule(s). The information s ubmitted must indicate and support the ability to successfully manage and execute multiple projects of varying dollar magnitudes. The evaluation will consider key personnel identified in Blocks D, E and G, as well as other available staff. e. KNOWLEDGE OF LOCALITY: Firms must address and demonstrate familiarity with the U.S European Commands AOR, primarily at U.S. military installations in Europe. f. GEOGRAPHIC PROXIMITY: Firms located in the general geographic vicinity of the U.S. Army Corps of Engineers, Europe District, Wiesbaden, Germany will be given preferential consideration if this criterion is used. 3. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit one (1) hard copy of Standard Form 330 to include the prime firm, consultants, subcontractors, and joint ventures to the address below not later than 16 00 Central Daylight European Time on the closing date of this announcement. In addition to the hard copy, one (1) electronic version of all data shall be provided on CD-ROM in a format that allows word searching capability. Joint Ventures must clearly id entify their intention to form a legal joint venture partnership, but are not required to provide documentation of legal agreements until contract award. Submissions received after the closing date will be considered late IAW FAR 15.208. Required forms ma y be obtained on the Internet at: http://www.gsa.gov/. Forms must be complete and current. The prime A-E, to include all consultants, subcontractors, joint ventures is to submit only one SF 330 Part I Contract Specific Qualifications. Each Branch Offic e, consultant, subcontractor, Joint Venture, etc., identified as part of the design team must complete a separate Part II General Qualifications. Firms may be rejected for submitting incomplete SF 330s, or for incorrect or missing elements. Part II must show only the office or offices th at are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all partners or consultants, in the appropriate columns, and should not include persons that wil l not actually do the work. Block E must clearly show if individuals are full-time employees of the firm, consultants or free-lance. Please note that Block F of SF330 shall include only ten (10) example Projects that best demonstrate the firms qualificat ions rather than example Contracts. Do not include promotional brochures, advertisements, and or other extraneous material in the submission. This is not a Request for Proposal. Include the firms primary point-of-contact, e-mail address, telephone number and facsimile number in the submittal. NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero cost. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Increased security measures may delay access to the Europe District in the Amelia Earhart Building. Therefore you are a dvised to provide for early delivery of submittals. Firms are encouraged to personally deliver submittals or use a delivery system that documents the date and time of receipt and recipient. Submittals will not be accepted via e-mail or fax. Firms respon ding to this announcement are advised to inform one or more of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. It is very important that submittals be properly addressed as follows: a. For United States or Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Elaine Gray-Frasure, Contracting Officer) A-E Announcement W912GB-07-R-0031 CMR 410, Box 7 APO AE 09096 b. For German or International postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Elaine Gray-Frasure, Contracting Officer) Box 7 A-E Announcement W912GB-07-R-0031 Konrad-Adenauer Ring 39 65187 Wiesbaden, Germany POINT OF CONTACT for additional information: a. Contractual Point of Contact: Ms. Elaine Gray-Frasure, Contracting Officer, CENAU-CT, 7th Floor AEC Konrad-Adenauer Ring 39, 65187 Wiesbaden, Germany Email: Elaine.gray@nau02.usace.army.mil Phone: 011 49 611 816 2429 (from U.S.); (0)611-816-2429 (within Germany) Fax: 011-49-611-816-2618 (from U.S.); (0)611-816-2618 (within Germany)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division Konrad-Adenauer-Ring 39, 65187 Wiesbaden, Germany Wiesbaden AE
Zip Code: 65187
Country: DE
 
Record
SN01402774-W 20070913/070911221846 (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.