Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
SOLICITATION NOTICE

C -- SELECTION OF UP TO TWO INDEFINITE DELIVERY CONTRACTS FOR MULTI-DISCIPLINE ARCHITECT-ENGINEERING SERVICES FOR THE BALTIMORE DISTRICT, BUT MAY BE USED THROUGHOUT THE NORTH ATLANTIC DIVISION

Notice Date
10/22/2007
 
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-08-R-0005
 
Response Due
11/23/2007
 
Archive Date
1/22/2008
 
Point of Contact
Linda M. Evans, 410-779-7542
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(Linda.Evans@usace.army.mil)
 
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 Distr icts military and other programs. The contracts will be for a five year period and the total contract amount of each contract will not exceed $7,000,000.00. Individual task orders will be under $5M for any given year. The firm must be capable of respon ding 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, type of services required, previous install ation 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 anywhere throughout the North Atlantic Divisio n (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 year 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. Contrac ts 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 required with the final fee proposal. A minimum of 51.2% of the total planned subcontracting dollars shall be placed with small business concerns. At least 8.8% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black College s and Universities or Minority Institutions; 7.3% with Women-owned small businesses (WOSB); 3.1% shall be placed with Hub-zone Small Businesses (Hub-SB); and 1.5% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not re quired 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 complied 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 project. Failure to adequately explain reasons for not meeting previous contra ct 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, programming, 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, alterations, renovations, maintenance and repair, tenant fit-up and operations fo r 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. Projects may include, but are not limited to medical and non-medical laboratories and research facilities; data, information management and electronic communications faci lities; military testing facilities; hospitals and medical treatment facilities; administration facilities; warehouses; infrastructure upgrades; community suppo rt facilities; recreational and physical 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 comp etence in: (1) Design of new facilities of various types and sizes; (2) Rehabilitation of existing facilities, also, of various types and sizes; (3) Preparation of project programming documents such as master planning studies and DD Forms 1391 and experien ce in conducting both planning charrettes and design charrettes; (4) Preparation and development of the technical information for design build request for proposals; (5) Experience with large task order contracts and handling multiple, large task orders s imultaneously; (6) Application of construction cost control through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remain within budget; (7) Past performance on contracts with government age ncies and private industry in terms of quality of work and compliance with performance schedules; (8) Analysis and implementation of anti-terrorism and force protection (ATFP) requirements; (9) Analysis and implementation of Leadership in Energy and Enviro nmental Design (LEED) criteria; (10) Experience in the use of Building Information Modeling; (11) 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 Business, and Service-Disabled Veteran-owned small business; (12) Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fi ne Arts; (13) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (14) Obtaining of all necessary permits; (15) Topographic surveys, soil surveys, and subsurface exploration including associated testing; ( 16) Asbestos and lead paint surveys and testing services; (17) The firms ability to obtain security clearances and their experience working with classified documents; (18) Geographic location. B. The firm must have registered and licensed personnel, eit her 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, geotec hnical engineer, building commissioning expert, land surveyor, interior designer, cost estimator, landscape architect, and industrial hygienist. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experie nce 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 enginee ring 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 ade quate number of personnel in the key disciplines 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 organization 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 significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be pe rformed and the staffing at this office. 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). 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, P art 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: L inda M. Evans, 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. Linda Evans at (410 ) 779-7542 or linda.evans@usace.army.mil. These forms shall be submitted to the above address not later than 3:30 P.M. on November 23, 2007. Four copies of the SF 330 submission are required. Part I of 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 fonts. 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 subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicita tion 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 thi s 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
SN01438698-W 20071024/071022223628 (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.