Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOLICITATION NOTICE

C -- GENERAL A-E SERVICES FOR U.S. GARRISON, LIVORNO, ITALY

Notice Date
3/1/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB10R0037
 
Response Due
3/30/2010
 
Archive Date
5/29/2010
 
Point of Contact
Elaine Gray-Frasure, 611-9744-2429
 
E-Mail Address
USACE District, Europe
(elaine.gray@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. TYPE OF CONTRACT: The US Army Corps of Engineers, Europe District, hereby solicits for two General A-E Services Indefinite Delivery Contracts (IDCs) procured in accordance with the Brooks Act (Public Law 92-582, as amended; 40 U.S.C. 541-544) and Federal Acquisition Regulation Part 36. It is anticipated that two IDCs will be negotiated and awarded in the second quarter of fiscal year 2010 with a contract period not to exceed five years. This will consist of a one year base period, and four 1-year option periods. For each contract, the total cumulative amount will not exceed $2.500,000.00; with no one task order exceeding $500,000.00. Work will be issued by negotiated firm-fixed-price task orders. The contract guaranteed minimum is $25,000.00 which supports the Base Period and all Options that are exercised during the course of the contract. Contractors will be afforded a fair opportunity to be considered for each task order. The Contracting Officer will consider the following factors when selecting a contractor for a task order: uniquely specialized experience, performance and quality of deliverables under current contracts, current capacity to accomplish the task order in the required time, and equitable distribution of work among the contractors. 2. PROJECT LOCATION: Multi-disciplined A-E services are required for general engineering and design of various U.S. military and environmental projects primarily within the US Army Livorno (USAG) Livorno area of responsibility in Pisa and Livorno, Italy but may include projects anywhere within Italy. 3. SERVICES REQUIRED: Multi-disciplined A-E services are required for design of various U.S. military buildings, structures and facilities including operational and residential buildings, utility systems, site work, hazardous materials surveys and abatement and environmental compliance and rehabilitation projects. The design work involves, but is not limited to, new construction, alteration, repair or rehabilitation projects. Work may also include development of Request-For-Proposal packages for design-build projects as well as complete design solicitation packages. Projects may involve security upgrades, anti-terrorism-force protection (AT-FP) assessments and design, building repair and renovations, environmental investigations and sampling, structural analysis and testing, feasibility studies, Geographical Information Systems (GIS), Environmental Assessments, Preparation of environmental impact statements and environmental designs, energy conservation, and fire protection. Projects may also include cost estimating, engineering studies to develop feasibility and preliminary design analysis, safety coordination in accordance with Italian D.Lgs.81 and topographic surveys. In addition to design work, required A-E services may include safety coordination services in the project planning stage, SOA determinations of designs and scopes of work, and construction oversight tasks such as quality assurance and review of construction submittals as well as language translation. Drawings and specifications will be in English and Italian. Specifications be in English and Italian and utilize Italian and US Codes and criteria. Cost settlements will use local currency and will be based on local market prices. Written and verbal communication skills in English and Italian are mandatory. 4. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. Criteria a. through e. are primary. Criterion f. is secondary and will only be used by the Selection Board to break ties between firms that are considered technically equal. Selection will be based upon conformance with required services described above. a. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: Address the specialized experience and technical knowledge within the last 5 years in the type of work required. Firms must demonstrate the specialized experience and technical competence of the prime contractor, joint venture partners, consultants, subcontractors and/or free-lance associates within the last 5 years in the types of work described in paragraph 3 above. Project descriptions should show explicit experience pertinent to this announcement. The firm must demonstrate experience with, and the ability to coordinate with Italian authorities, especially in the Pisan community and Tuscan region. The prime contractors proposed team (prime, joint venture or subcontractors) must be able to certify drawings in accordance with Italian law. The designer of record must have professional registrations in Italy. The Prime contractor and subcontractor(s) of the proposed team must submit a Letter of Commitment signed by both the Prime contractor and the subcontractor. b. PROFESSIONAL QUALIFICATIONS: The A-E firm must identify the qualifications of personnel in the following key disciplines: Project Manager, Architect, Landscape Architect, Civil Engineering, Electrical Engineering, Structural Engineering, Mechanical Engineering, Interior Design, Cost Engineering, CAD and GIS, Environmental Engineering, and Land Surveying. Professionals in these disciplines shall have experience in the services described in paragraph 3. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the proposed team for all proposed key personnel. c. PAST PERFORMANCE. Past performance of the A-E, joint ventures partners, and key subcontractors on DoD and other contracts relevant to the services required by paragraph 3 above with respect to cost control, quality of work, and compliance with performance schedules, as determined from performance evaluation reports generated through ACASS, CPARS, and PPIRS databases and other sources. d. CAPACITY. Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. Firms must address and demonstrate the capacity to execute multiple Task Orders simultaneously. e. KNOWLEDGE OF LOCALITY. Submittals must demonstrate familiarity with the USAG Livorno area of operation and have experience in Italy and Tuscany in particular. Firms that demonstrate familiarity within the USAG Livorno area of responsibility, particularly Camp Darby, Leghorn Army Depot, and the Ammunition Storage Area, will be given higher consideration for this factor. f. GEOGRAPHIC PROXIMITY: Submittals must identify the location of the firm or firms with primary responsibility for the contract with respect to time and distance from the USAG Livorno headquarters and demonstrate the capacity to execute multiple Task Orders simultaneously. 5. SUBMISSION REQUIREMENTS: A-E Firms that have the capability to perform this work are invited to submit one hard copy of Standard Form 330 for the prime firm and any/all joint venture partners and consultants, including free-lance consultants, to the address below not later than 1600 Central Daylight European Time on the closing date of this announcement. In addition to the hard copy, one electronic version of all data shall be provided on CD-ROM or DVD. Joint Ventures shall submit the following additional documentation of the evidence of a Joint Venture entity: a.A copy, or translation, of a legally binding Joint Venture agreement in English. b.Identification of the party who can legally bind the Joint Venture. If credit for the experience and past performance of key subcontractors is desired, English translations and copies of original letters of commitment shall be submitted. Firms responding to this announcement after the closing date and time may not be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/. Forms must be complete and current. The prime firm or joint venture must submit only one Part I of the SF 330. Each firm, partner, consultant or branch office identified as part of the contract team must complete a separate Part II of the SF 330. Firms may be rejected for incomplete SF 330s, or for incorrect or missing elements. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all partners or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time employees of the firm, consultants or free-lance. Please note that Block F of SF330 is meant for only 10 example PROJECTS that best demonstrate the firms qualifications rather than example CONTRACTS. Do not include promotional brochures, advertisements or other extraneous material in the submission. This is not a request for proposal. Include the firm's point-of-contact, E-mail address, telephone number and facsimile number in the submittal. 6. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero cost. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Increased security measures may delay access to the Europe District in the Amelia Earhart Building. Therefore you are advised to provide for early delivery of any submittals. Firms are encouraged to personally deliver submittals or use a delivery system that documents the date and time of receipt and recipient. Submittals will not be accepted via E-mail. Firms responding to this announcement are advised to inform one or more of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. It is very important that submittals be properly addressed as follows: a. For United States or Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Elaine Gray-Frasure, Contracting Officer) A-E Announcement W912GB-10-R-0037 CMR 410, Box 7 APO AE 09049 b. For German or International postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Elaine Gray-Frasure, Contracting Officer) Box 7 A-E Announcement W912GB-10-R-0037 Konrad-Adenauer Ring 39 65187 Wiesbaden, Germany 7. POINTS OF CONTACT for additional information: a. Primary Point of Contact: Ms. Marion Weingartner, Contract Specialist, Email: marion.weingartner@usace.army.mil Phone: 011-49-611-9744-2429 (from U.S.)(0)611-9744-2429 (within Germany b. Secondary Point of Contact (if primary is not available): Ms. Elaine Gray, Contracting Officer, Email: Elaine.S.Gray@usace.army.mil Phone: 011-49-611-9744-2429 (from U.S.); (0)611-9744-2429 (within Germany)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB10R0037/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02079398-W 20100303/100301234957-6c9014bc80a1f5a75f85e33de86cccdf (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.