Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOURCES SOUGHT

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL AND GENERAL ENGINEERING SERVICES

Notice Date
8/30/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-MEDAE
 
Response Due
9/14/2010
 
Archive Date
11/13/2010
 
Point of Contact
Ryan Annibali, 215-656-6295
 
E-Mail Address
USACE District, Philadelphia
(ryan.r.annibali@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors for the following proposed contract. The Philadelphia District, U.S. Army Corps of Engineers intends to award up to 6 Indefinite Delivery Contracts for Architectural and General Engineering Services. The contract will be for a base period with options for up to four (4) additional periods. A contract period shall not exceed 12 months. The estimated maximum task order is $5,000,000.00. The cumulative amount of all task orders is estimated to not exceed $8,000,000.00 in either the base or any of the option periods. The cumulative total for the base and the option periods shall not exceed $40,000,000.00. An option will be awarded at the discretion of the Contracting Officer based on reaching the value limit first and then reaching the time limit. 2. PROJECT INFORMATION: The selected firm will be used primarily for Architectural and General Engineering type services in support of the Transatlantic Middle East District (MED), Winchester, Virginia and their primary areas of responsibility which include the Gulf Region Division (GRD) and the Afghanistan Engineer District (AED). Work for other Districts or in support of other agencies and at other locations worldwide may be a part of this contract. The work under these contracts will primarily be in support of Military missions at MED. However, work for other Military Installations, work under the Civil Works, and the Support for Others Program, and missions assigned MED including but not limited to USAID, Foreign Military Sales (FMS), Command Emergency Response Program (CERP), or support to Foreign Government(s) may be a part of the contract. Most work will be within the MEDs areas of responsibility. Primary work under this contract will involve but not be limited to; the construction, renovations, repairs and additions to institutional and industrial facilities. Other secondary work may include the construction, renovation, repair and addition to: residential, commercial, and recreational facilities. Types of related work including but not limited to concept and planning type efforts including preparation of DD form 1391 (Military Construction Project Data) in accordance with Army Regulation 415-1, economic analyses, highway, airports and runways, other paved surfaces, utility system, site work, interior design, and landscaping shall be a part of both the primary and secondary work. Both primary and secondary work shall include: architectural, civil, structural, mechanical, electrical, fire protection, sanitary, geotechnical, interior design, support during construction, and landscaping. Other related work shall include historical preservation, life safety analysis, storm water management, Americans with Disabilities Act (ADA) conformance, economic and life cycle cost analysis, planning, site investigations, design analysis, claims analysis, schedule preparation, surveying, GIS support, studies, reports, and expert witness efforts. The Third level of work under this contract shall include but not be limited to: preparation of concept, preliminary and detailed designs for the removal/remediation/abatement/restoration of facilities and/or areas with environmental hazards including soil and groundwater, lead paint, asbestos, PCBs, CFCs, and other contaminated wastes. Professional qualifications in the Primary areas shall include but not be limited to: architect, civil, geotechnical, structural, mechanical, electrical, fire protection engineers, landscape architect, interior designer, surveyor, specification writer and cost estimator for these efforts. Technical support, including drawing production, and other related efforts shall be required. Secondary professional qualification for other related and secondary design efforts shall include but not be limited to: environmental engineer, environmental scientist, certified industrial hygienist, biologist, geologist, chemist, hydrology, hydraulic engineering, Technical support, including drawing production, graphics, and other related efforts shall be required. Responding firms shall indicate their experience with the Corps of Engineers computer aided estimating system (known as MII), the U. S. Army Corps of Engineers Computerized Specifications (SPECSINTACT), and the production of drawings and graphic data in Computer aided Drafting and Design system (CADD) which will be in MicroStation, and which will have products which will require the use of BIN technology. The contractor must be able to supply completed products in IBM PC compatible software. The contractor shall adhere to the Tri-Service spatial Data Standards. The firms must be qualified in the work areas described and be familiar with the requirements and regulations of the Corps of Engineers, the Building Codes, EPA, and other agencies which have jurisdiction. 3. SUBMISSION REQUIREMENTS: Responses to this sources sought announcement will be used by the government to make appropriate acquisition decisions. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 Part II (revised 6/04) for the prime firm and a short description of work of similar nature in the GRD and AED, (it is not to exceed 5 pages of typed qualifications in no less than a Font Size of 12) by E-Mail to Annibali, Ryan R (ryan.r.annibali@usace.army.mil) NAP not later than the close of business on the 15th day after the date of this announcement. If the 15th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. The NAICS Code is 541310. This is not a request for proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-MEDAE/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02260259-W 20100901/100830235206-2fb22223459dad86b9ef54227e09ed59 (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.