Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2008 FBO #2253
SOURCES SOUGHT

C -- A-E Design Services for Environmental Engineering Projects for the Regional Directorate of Public Works, Fort Dix, NJ

Notice Date
1/25/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
ARCC Fort Dix Directorate of Contracting, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91LV2-08-R-AE01
 
Response Due
2/24/2008
 
Archive Date
4/24/2008
 
Point of Contact
trappier, (609) 562-6486
 
E-Mail Address
Email your questions to ARCC Fort Dix Directorate of Contracting
(torrence.trappier@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A-E Services for the preparation of environmental engineering, hazardous, and toxic waste type projects to include but not limited to PCB testing & abatement, Asbestos Testing & Abatement, Lead Paint Testing & Abatement, Soil, water and solid waste t esting, underground storage tank testing & removal, Aboveground Storage Tank Testing & Removal, Noise Assessment, Wetlands Delineation, Mold Surveys/Investigations, Cultural/Natural Resources Surveys, Archeological surveys, Environmental Baseline Surveys, Environmental Assessments, Environmental Impact Statements, Range Management, and shall also require design and construction documents including plans, specifications, cost estimates, design analyses, and construction services for various projects related to the above, in the following states: Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, Pennsylvania, New York, New Jersey, Delaware, Maryland, Virginia, West Virginia, Kentucky, Tennessee, North Carolina, South Carolina, Mississipp i, Alabama, Georgia, Florida and Puerto Rico and west to Mississippi as required by the Regional Directorate of Public Works, Fort Dix, New Jersey. Solicitation No. W91LV2-08-R-AE01. The design services that may be required will consist of but not be lim ited to one or more of the following: rehabilitation/construction of buildings, building repairs, additions and alterations, road and site improvements, sanitary and storm water systems, utility systems, HVAC and plumbing systems, fire protection systems, electrical distribution systems, telecommunication systems, fire alarm systems, asbestos, lead and PCB abatement. An Indefinite Delivery Contract (IDC) will be negotiated and awarded for a Base Period with two (2) Option Periods. Task Orders for both the base period and option periods shall not exceed $1,000,000.00 and each task order will not exceed $1,000,000.00. The cumulative total of all task orders for both the base period and both option periods shall not exceed $3,000,000.00. The Task Orders for each contract period may be issued for a period of up to one year from the date of contract award or $1,000,000.00, whichever occurs first. The Government has the right to exercise an option after the monetary limit is reached prior to the expiration of the base period. The Governments obligation to guarantee a minimum amount for payment will apply to the base period and all subsequent option periods. The guaranteed minimum is $20,000 for the base period and $10,000 for each of the option periods. The contract is anticipated to be awarded in May 2008. This announcement is being solicited as Unrestricted. The Government reserves the right to award an additional contract from this synopsis, for a period of up to one (1) year after the date of selection approval. All interested contractors are reminded that the successful firm will be expected to place subcontracts to the maximum possible extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is se lected, a small business subcontracting plan will be required prior to award in accordance with FAR 52.219-9, Small Business and Small Disadvantaged business Subcontracting Plan. For informational purposes, the Small Business Size Standard is $4.5 Million in annual average gross revenues for the last three (3) fiscal years, the NAICS Code is 541310, and the SIC Code is 8712. SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. C riteria E & F are secondary and will be used as tie-breakers among technically equal firms. A. PROFESSIONAL QUALIFICATIONS: The firm selected and its consultants must have experience in the following disciplines and have the appropriate registration in the state of New Jersey as a minimum. Civil Engineer, Environmental Engineer, Geo-technical Engineer in the state of New Jersey and in the state of which they a re performing work; The following disciplines are also required; Environmental Engineer, Environmental Scientist, Geo-technical Engineer, Geologist/Hydro-geologist, Archeologist, Toxicologist, Environmental/Engineer Technician, GIS Analyst, Architectural, Civil, Structural, Mechanical, Electrical, and Environmental Engineering capabilities including Topographical and Geo-technical Surveying capabilities are required. The firm must also identify a Fire Protection/Detection Specialist /Engineer, Certified In dustrial Hygienist, (Certification Number & Date Received Required) Lead/Asbestos Abatement Inspector, Specification Writer, Cost Estimator, 2-Man Survey Crew. Maintenance and repair design experience and new construction design experience is required. Fam iliarity with Military Design is preferred for major disciplines. Firms not having full in-house capability must demonstrate how they will manage consultants and insure quality control. The firm shall submit a Quality Assurance/Quality Control Plan as par t of their submission. The firm shall identify the quantity and number of personnel in each discipline available in their working office. B. SPECIALIZED EXPERIENCE AND TECHNICAL CAPABILITY: Previous experience with design of projects on military instal lations/academic environment is preferred. Experience in the preparation of Project Funding Justification Document (DD1391) is also preferred. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Mana gement System (ARMS) via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experience with the Corps M-CACES Gold Cost Estimating/Racer program and the most current version of Excel, or the firms capability to use these programs is r equired. In addition, firms should indicate their Computer Aided Design and Drafting (CADD) capability and Microstation version V8 compatibility. The selected firm will be responsible for designing to HQ USACE specifications. C. CAPACITY TO ACCOMPLISH W ORK: Firms must demonstrate the ability to complete work within the required time-frame specified for each individual task order, including multiple task orders. Provide examples of both in Block H of the SF 330. D. PAST PERFORMANCE: Past performance o n contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Provide all recent ACASS evaluations, (Within last 5 years) (excellent performance evaluations on projects that have recently been completed will be considered) or letters of recommendation for those firms that have not held previous government contracts and or firms that are now subjected to the new CPARS evaluation system that has replaced the Armys ACASS system. Since training has not always been readily available, letters of commendations will also be accepted in substitution of the ACASS evaluations at this time. E. LOCATION. Location of the firm within the general geographical area of the proposed requirement (s). F. Volume of work previously awarded to the firm by the Department of Defense, to effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. E xtent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. G. SUBMISSION REQUIR EMENTS: Firms that desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 (revised 6/04) for the prime firm and for each consultant not later than the close of business on the 30th day after th e 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. All contr actors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov or you may call (888) 227-2423. As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the 12 months preceding this announcement. As a requirement for negotiations, the selected contractor(s) will submit for government approval a quality control pla n that shall be enforced throughout the life of the contracts. The Army Reserve Contracting Center Contracting Officer reserves the right to terminate negotiations, with firms that do not respond to Government requests for proposals, information, document ation, etc. in accordance with established schedules. The NAICS Code is 541310. Include ACASS number in block 5 on the SF 330. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. This is not a request for proposals. No other notification to firms for this project will be made. Copies of all SF 330s for all firms, which are not short listed, will be held for 30 calendar days after the notifications are sent out. Six (6) copies of the submittals (SF-330 packages) shall be sent to Mr. Torrence Trappier, SFCA-NR-ARCC, Room 349, 5418 South Scott Plaza, Fort Dix, New Jersey 08640.
 
Place of Performance
Address: ARCC Fort Dix Directorate of Contracting 5418 South Scott Plaza, Fort Dix NJ
Zip Code: 08640-5097
Country: US
 
Record
SN01492975-W 20080127/080125233746 (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.