Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY-TYPE (MULITPLE DISCIPLINE) CONTRACT, LETTERKENNY ARMY DEPOT, CHAMBERSBURG, PA BUT MAY BE USED THROUGHOUT THE NORTH ATLANTIC DIVISION

Notice Date
5/22/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-08-R-0038
 
Response Due
6/23/2008
 
Point of Contact
SARIKA McCOY, 4109620175
 
Small Business Set-Aside
N/A
 
Description
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 multi-disciplined services for Letterkenny 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 $6,000,000.00. The contract will be for a term of five (5) years. The 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 order 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 working 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 standard is $4,500,000.00 average annual receipts over the last three years. Contracts may be issued up to one year after selection approval. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, 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% of the total planned subcontracting dollars shall be placed with small business concerns. At least 6.2% of the 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% shall be placed with Hubzone Small Businesses (HubSB); and 9% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. Upon receipt of your SF 330 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 or member thereof found to be officially notified of non-compliance on past contracts and the 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: Services shall include mechanical (to include HVAC, plumbing, fire protection, and other related services); electrical (to include fire alarm, uninterruptible/emergency power, interior and exterior distribution, lighting, etc.), civil, structural, and architectural design consisting of development of plans and specifications for individual projects including renovation, repair or construction of buildings or building systems; replacement of utility plants and systems such as air conditioning, heating, mechanical ventilation, compressed air, interior and exterior electrical supply and distribution; site work including roads, railroads, pavements, drainage structures, and other land improvements. Services may also include facility assessments, feasibility studies, site investigations, site and area planning, master planning, preparation of programming documents(DD Forms 1391), geotechnical investigations, and miscellaneous reports and studies; development of statements of work and construction criteria for design-build projects; preparation of environmental or land use permits; and other general A-E services. 3. SELECTION CRITERIA: A. The firm must demonstrate specialized and technical competence in: (1) Design of new buildings and renovations to existing buildings, including production facilities, warehouses and storage buildings, office buildings, data processing facilities; and repairs and upgrades to utility systems in industrial buildings. (2) Capability to survey and inspect structures, utilities, pavements, bridges, dams and impoundment structures and develop reports detailing recommended maintenance or repairs; and perform detailed land surveys as required in support of assigned work. (3) Experience in the preparation of statements of work for use in the development of requests for proposal for design-build projects or individual delivery orders issued under task order contracts. (4) Capability to perform cultural/historical assessments, if required. (5) Capability to provide survey and testing for asbestos and lead paint, in association with individual delivery orders. (6) Firm must demonstrate capability to provide design services for storm water management, sediment and erosion control. (7) Experience with the State Historic Preservation Office and with State and Federal Environmental laws, NEPA (National Environmental Policy Act and RCLA (Resources Conservation and Recovery Act). (8) Extent of participation of small businesses including Woman owned Small Business, Small Disadvantaged Business, Historically Black Colleges & Minorities, HubZone Small Business, Veteran owned Small Business and Service-Disabled Veteran-owned Small Business. (9) 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 Small Businesses and Small Disadvantaged Businesses. B. The firm must have registered and licensed personnel in the following key disciplines and services: Architectural, mechanical, electrical, civil, structural, fire protection, surveying and specification writer; foundations, asbestos and lead paint surveying; testing and abatement design capabilities;. Staff shall include registered or certified personnel including Certified Industrial Hygienist. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate 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 performed and the staffing at this office. 4. SUBMISSION REQUIREMENTS. Interested firms having the capabilities to perform this work must submit Parts I and Part 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 the SF 330, Part I, Block 5, include DUNS number for the prime firm or joint venture. 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 the U.S. Army Corps of Engineers, City Crescent Bldg., ATTN: Erin Crockett, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Contracting questions can be directed to Ms. Erin Crockett at (410) 962-4880 or erin.m.crockett@usace.army.mil. Technical questions should be directed to Mr. James Coccagna (717) 267-5601 or james.coccagna@us.army.mil. Two copies of the SF 330 shall be submitted to the above address not later than 3:30 P.M., local time on June 23, 2008. 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 point font and margins shall not be less than one inch. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through the CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effectively 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. Solicitation packages are not provided on this project. 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 necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2764d7120a2b6b03e136c7c0ecf4de5&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN01579612-W 20080524/080522221258-f2764d7120a2b6b03e136c7c0ecf4de5 (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.