Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

C -- General A/E Services within the NY District Boundaries, primarily at Picatinny Arsenal

Notice Date
3/26/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-S-0016
 
Archive Date
4/18/2009
 
Point of Contact
Lauren K. Oliver, Phone: 9177908086
 
E-Mail Address
lauren.k.oliver@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Title: Indefinite Delivery Contract M-802 for Architect Engineering services within NY District Boundaries primarily at Picatinny Arsenal, NJ THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. The length of the contract is a maximum of 5 years (60 months) and will not include option periods. The total capacity of the contract will not exceed $ 12,000,000. The purpose of this announcement is to gain knowledge of interest, capabilities, and qualifications of small businesses including but not limited to 8(a), SDVOSB, and Hubzone firms. The NAICS Code is 541330 (size standard $4.5 million average annual receipts for preceding three fiscal years). Responses to this sources sought announcement will be used to determine appropriate acquisition decisions for a future procurement. Interested small businesses as indicated above must submit a qualifications statement (not more than 20 pages) and shall include the following information: a. Certification as follows: - For 8(a) and Hubzone firms provide SBA certification. - For SDVOSB firms provide certification. b. Indicate proposed team members to include: Name of prime firm and sub-consultants, addresses, role in this contract and POC information (name, phone number, e-mail address) of each firm. c. Organizational Chart of Proposed Team. d. Demonstrate the capability to perform at least 50% of the contract work listed below in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://140.194.76.129/publications/eng-pamphlets/ep715-1-7/toc.htm. In particular, in order to be awarded an 8(a) contract the concern must agree that: In the case of a contract for services (except construction), the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. In order to be awarded a SDVOSB contract the concern must agree that: In the case of a contract for services (except construction), the SDVOSB concern spends at least 50 percent of the cost of the contract incurred for personnel on the concerns employees or on the employees of other SDVOSB concerns. e. Total number of employees dedicated to the contract, listing each employees function, professional discipline, professional license listing the state and date of registration. f. Capability to meet design personnel requirements. Provide resumes of project manager and key design personnel. g. Capability to perform work indicated in this contract as demonstrated by comparable experience within past 5 years. h. Demonstrate ability to manage a contract of this magnitude and complexity. i. Demonstrate experience in the required A-E services listed below. A/E services may include but are not limited to the following: design, planning, development, CADD, professional engineering services, pre-design site assessment, feasibility and concept studies, geotechnical investigations and reports, environmental investigations, studies and reports, abatement and sampling; construction documentation, cost estimating using M-CACES, value engineering, life cycle costing, post design-shop drawing review, construction phase services and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resources investigations, design review, seismic analysis, environmental analysis, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, Building Information Modeling (BIM), Sustainable Design, and preparation of Department of Defense Explosive Safety Board submissions, explosive safety design and development of explosive safety arc's. Examples of potential work include design of new buildings and facilities, including but not limited to the following: Research and development facilities for advanced weapons systems (these facilities will require blast protection and explosive safety design), Ordinance handling and storage, magazines and ammunition storage, vehicle maintenance facilities, administrative facilities, Industrial facilities, Training facilities and infrastructure systems and laboratories. Design of repair and/or renovation projects to include the following: Whole building renovation, research and development facilities for advanced weapons systems (these facilities will require blast protection and explosive safety design), laboratories, replacement of architectural elements, building seismic upgrades; force protection upgrades, mechanical, electrical, fire protection/detection systems; asbestos and lead abatement services or demolition; renovation of historic structures. Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. All work must be performed by or under direct supervision of licensed professional Architects and Engineers. A-E disciplines required to comply with above requirements include, but are not limited to the following: (1) Project Manager (2) Quality Assurance Manager (based on the firm's QA/QC Plan) (3) Architecture (4) Structural Engineering (5) Civil Engineering (6) Mechanical Engineering (7) Electrical Engineering (8) Fire Protection Engineering (9) Cost Engineering (10) Geotechnical Engineering (11) Lead/Asbestos Abatement Inspector (12) Certified Industrial Hygienist (13) Licensed Interior Designer (14) Historic Architect (15) Land Surveyors (16) Blast Design Engineer (17) Anti-Terrorism/Force Protection Engineer Submit three (3) qualification statements to: Attn: Stephen DiBari, P.E., CENAN EN M Rm. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Do not submit qualifications statements to the POC listed in the FedBizOps advertisement. Interested parties are requested to provide adequate information to substantiate that their capability meets the Army's requirements. If this information is not adequate to substantiate that the requirements are met, the Government reserves the right to request additional information. All responses must include company name, address, POC, phone number, fax number, email address, business size, taxpayer identification number, DUNS number and CAGE code. The deadline to respond to this survey is 4pm on 03 April 2009. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3adbb52289f5deb8e476185b64d28309&tab=core&_cview=1)
 
Record
SN01779038-W 20090328/090326220932-3adbb52289f5deb8e476185b64d28309 (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.