Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOLICITATION NOTICE

C -- Indefinited Delivery Contract for Master Planning Services for Tobyhanna Army Depot, PA but may be used throughout the North Atlantic Division Region of the U.S. Army Corps of Engineers

Notice Date
2/29/2008
 
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-0023
 
Response Due
4/2/2008
 
Archive Date
6/1/2008
 
Point of Contact
Linda M. Evans, 410-962-2187
 
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: This contract is being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. Architect-Engineer services are required for one (1) Indefinite Delivery-contract for master pl anning services for Tobyhanna Army Depot, PA, but may be used throughout the North Atlantic Division Region of the U.S. Army Corps of Engineers. This contract has a cumulative value of $12,000,000.00. The contract will be for a term of five (5) years. Th e contract will not have base and options periods. Individual task orders are limited to $1,000,000 and will be under $5,000,000.00 for any given year. Task orders will be awarded based on the A-Es current workload and its ability to accomplish the orde r in the required time, geographic location, type of services required, previous installation experience, including customer satisfaction and performance and quality of deliverables under the current IDC. The firm must be capable of responding to and work ing on multiple task orders concurrently. This procurement is unrestricted. This announcement is open to all businesses regardless of size. For small business firms, the North American Industry Classification System (NAICS) Code is 541330 and the size s tandard is $4,500,000.00 average annual receipts over the last three years. The anticipated award is May 2008. Contracts may be issued up to one year after selection approval. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firms are large business c oncerns, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 70.0% total planned subcontracting dollars shall be placed with small business concerns. At least 6.2% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 7.0% with Women-owned Small Businesses (WOSB); 9.8% with Hubzone Small Businesses (HubSB); .9% with Service Disabled Veteran-owned Small Businesses (SDV). The subcontracting plan is not required with this submittal. Upon receipt of your SF330 for this project, the prime or the joint venture will be reviewed by the Co ntracting Officer to determine if you have complied on past projects with the subcontracting requirements for that respective contract. Any prime or joint venture or member thereof found to be officially notified of non-compliance on past contracts and th e noncompliance is outstanding will not be considered for this project. Failure to adequately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. 2. PROJECT INFORMATION: Project consis ts of providing military architectural/engineering/planning services for the preparation of documents in support of master planning activities for Tobyhanna Army Depot, Pennsylvania, and other requirements in the North Atlantic Region. The master planning expertise required includes , but is not limited to, the following: land use plans; long range components; short-range components; capital investment strategies; installation design guides; real property management plan digests; facility utilization stud ies; Tabulation of Existing and Required Facilities (TAB) updates; Army Stationing and Installation Plan (ASIP) verifications; site investigations; range planning; minor designs; surveying, aerial photography and related mapping; DD forms 1391; planning ch arrettes; utilities and storm water management assessments; transportation management plans and traffic assessments; contingency assessments (for expansion/contraction of installation); future development plans; facilities requirements analyses; landscape development plans; building information schedules; Installation Compatible Use Zone (ICUZ) studies; communication plans; energy management and support; energy p lans; fire and life safety studies; National Environmental Policy Act (NEPA)compliance, including preparation of environmental assessments (EA) or impact statements (EIS), and associated NEPA public disclosure & coordination procedures; natural and cultura l resources management planning and National Historic Preservation Act (NHPA) compliance management planning (i.e., Section 106 and 110 procedures); physical security and force protection plans (in accordance with DoD regulations), and experience working w ith regulatory, review, permitting agencies submission requirements and procedures (planning, historic, environmental, etc.). Firms submitting their SF330 Part I and Part II documents must include documentation to show that they have the capability and ex pertise to perform the aforementioned tasks. The AE shall also be prepared to support development and sustainment of the Geographic Information System (GIS) and related databases and networking. Periodic or on-going system maintenance and/or sustainment as well as long-term GIS improvement and refinement are potential tasks within this contract. Firms must demonstrate experience with various GIS platforms and the Tri-Services Standards. 3. SELECTION CRITERIA: The selection criteria are listed below in o rder of descending importance: Proper and complete submission, with appropriate signatures, of requested/required materials for consideration by the boards. Recent relevant experience, knowledge and technical competence in military master planning. Milita ry master planning experience shall be in accordance with current Department of the Army master planning regulations and guidance, including AR 210-20, Master Planning for Army Installations, and other references cited therein. Relevant experience in GIS data development, operation and sustainment, and associated database and network management for multiple users. A/E must demonstrate experience in using GIS to maintain the Master Plan as a living document. Capacity of the A/E to accomplish the magnitude of work necessary to support the installation(s) in the processing of facility management, master planning, and programming missions. The A/E must be capable of responding to multiple work orders concurrently, and be highly skilled and capable of leading in the development, improvement, and sustainment of installation GIS platforms and capabilities. Qualified professional personnel in the following key disciplines: Urban/community planner, architect, landscape architect, surveyor, GIS expert, GIS technic ian, CADD expert, cost estimator, ecologist, biologist, economist, archeologist, fire protection, historic and cultural resource analyst. Registered or certified professionals are required in the following disciplines: planning, architecture, civil, mech anical, electrical, structural engineering, fire protection, and landscape architecture. The evaluation will consider overall and relevant experience, education, training, registration, and certification. Possession of secret clearance and approved secre t document storage facilities, or the ability to obtain same. Extent of participation of small businesses including Woman Owned Small Business, Small Disadvantaged Business, Historically Black Colleges & Minorities, HubZone Small Business, Veteran Owned S mall Business and Service-Disabled Veteran-owned Small Business. PAST PERFORMANCE: The Selection Board will evaluate the firm's past performance on DOD and other contracts with respect to quality of work, compliance with performance schedules and cost co ntrol. Past performance will be based on ACASS ratings as reviewed by the Government. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three copies of Parts I and II of the SF 330. 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 sec tion. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Linda M. Evans, Room 7000; 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Frank Cirincione, P.E. (410) 962- 4170 or frank.a.ci rincione@usace.army.mil . Contracting questions can be directed to Linda M. Evans (410) 962-2187 or linda.evans@usace.army.mil. These forms shall be submitted to the above address not later than 3:30 PM, LOCAL TIME on 2 April 2008. 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 point font and margins shall not be less than one inch. 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. 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 nece ssary. 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: 21201
Country: US
 
Record
SN01520946-W 20080302/080229225329 (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.