Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

C -- ARCHITECT/ENGINEER SERVICES FOR ONE HUBZONE SET-ASIDE INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR DESIGN OF VARIOUS MILITARY/CIVIL PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES

Notice Date
5/2/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-08-R-0043
 
Response Due
6/3/2008
 
Point of Contact
Tom Dickert, (502) 315-6177
 
Small Business Set-Aside
Total HUB-Zone
 
Description
1. GENERAL CONTRACT INFORMATION: This announcement is restricted to HubZone Small Business firms. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for Architect/Engineer services for primarily military projects within the Great Lakes and Ohio River Division Mission Boundaries; however, some Civil works design may be required. Projects will be awarded by Individual Task Orders not to exceed $3,000,000 with the maximum contract value being $3,000,000. The estimated construction cost per project is approximately between $100,000 and $20,000,000. The contract period is cumulative and ends three (3) years from date of award. Significant emphasis will be placed on the A/Es quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is August 2008. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Register to provide representations and certifications at http://orca.bpn.gov. The top ranked firm will be awarded a contract. If necessary, secondary selection criteria will be used as a tiebreaker between two firms considered technically equal. 2. PROJECT INFORMATION: Projects may consist of A/E services for horizontal and vertical military or civil works projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; site investigation of existing conditions; engineering services during construction/construction management services; design of demolition/deconstruction; hazardous materials survey, analysis, and abatement methodology; sustainable design; value engineering and/or value management studies, workshops, reports, and implementation coordination; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various locations, and comprehensive planning including Master Planning that is related to future construction requirements on military installations. 3. SELECTION CRITERIA: The specific selection criteria (a through d are primary and e through f are secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Professional Qualifications: A resume for two project managers, two designers and one checker in the following fields: architecture; civil; geotechnical (soil and engineering); structural (independent of civil); mechanical; and electrical engineering are necessary with at least two in each field professionally registered in the relevant professional field as an engineer or architect. A resume for one designer and one checker in the following fields: hydraulic (independent of civil) and environmental engineering are necessary with at least one in each field professionally registered in the relevant professional field as an engineer. At least one civil engineer must be registered in the states of Tennessee and Kentucky. One resume is required for a Registered Communication Distribution Designer (RCDD). Additionally, at least one professional (except where noted) qualified by a combination of education, registration, certification, and/or training is required in each of the following fields: interior design; landscape architecture; fire protection; life safety; hazardous material inspection and abatement methods; and military master planning. The Interior Designers (resumes for two individuals are required) must be certified by the National Council of Interior Design Qualifications (NCIDQ), or a registered Interior Designer, or a registered architect with five years of experience and training in interior design. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) A degree in Fire Protection Engineering from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; OR (c) registration in an engineering discipline related to fire protection engineering. Resumes for two value engineers are required and they must BOTH be certified value specialists (CVS) AND either registered professional engineers (PE) OR registered architects (RA). The hazardous materials inspector must have successfully completed an EPA approved asbestos inspectors course and be able to obtain an asbestos inspectors accreditation in the state where the survey is being conducted. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. The individuals identified by project roles may not be dual-hatted. b) Specialized Experience and technical competence in the expected activities identified above, to include experience on: design/build projects; value engineering studies, workshops, reports and implementation following industry standards (e.g. ER 11-1-321, ASTM, or SAVE International policies and procedures); projects utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; deconstruction, efficiency in resource and materials utilization, development of health, safe and productive work environments; and employing LEED evaluation and certification methods); anti-terrorism and force protection measures; construction cost estimating using the current version of MCACES (MII), electronic drawing development utilizing a CADD system; and design charrettes as evidenced by the resumes of the key personnel assigned to this project. Only resumes identifying the professionalism and specialized experience of the design group are necessary. Other available personnel may be specified in Block H of the SF 330, Part I. In addition, the following must be addressed in paragraph H of the SF 330, a brief Design Quality Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable); quality control procedures (for plans, specifications, design analysis and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Block H also indicate the estimated percentages involvement of each firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously; d) Past performance on DoD and other contracts including cost control, quality work, and compliance with performance schedules; e) Knowledge of the locality of the Louisville District military boundaries to include relevant and recent experience in coordinating with relevant local, state, and Federal regulatory agencies, knowledge of local building codes, etc.; f) Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on one CD of the SF 330, Part I, and one paper copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. The SF 330, Part I will be no longer than 100 pages in length (excluding the SF 330 Part II) and Block H will be 20 pages or less in length. Front and back side use of a single page will count as two pages. Release of firm status will occur within 10 days after approval of any selection. All responses by SF 330 to this announcement must be received no later than 4:00 p.m. local time on Tuesday, 3 June 2008. No other information including pamphlets or booklets is requested or required: d) No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: 600 Dr. Martin Luther King, Jr. Pl., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Tom Dickert at (502) 315-6177, Email tom.e.dickert@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=29c40275145f8fd0cc6b89a550d94b5c&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN01565915-W 20080504/080502220307-29c40275145f8fd0cc6b89a550d94b5c (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.