Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

C -- GENERAL ARCHITECT-ENGINEER (A-E) SERVICES FOR AFRICA AND DEVELOPING COUNTRIES

Notice Date
6/20/2011
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-11-0034
 
Response Due
7/20/2011
 
Archive Date
9/18/2011
 
Point of Contact
Dayon Tre Santos, 49 061197442427
 
E-Mail Address
USACE District, Europe
(dayon.t.santos@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, hereby solicits for General A-E Services Indefinite Delivery Contracts (IDCs), procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. It is anticipated that two Indefinite Delivery Contracts (IDCs) will be negotiated and awarded in the first quarter of FY11 with a contract period not to exceed five years. This will consist of a base contracts lasting one year, and four 1-year options. The amount of work for each contract will not exceed $24,000,000 with a maximum limit per task order of $7,500,000. Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits. 2. PROJECT LOCATIONS: The Contract is for work in developing countries. The contract will be awarded for work primarily in the AFRICOM area of responsibility (AOR). Work may also take place in EUCOM AOR and also in developing countries outside AFRICOM. 3. SERVICES REQUIRED: Multi-disciplined A-E services are required to 1.) Provide complete design services for infrastructure projects in developing countries. 2.) Evaluate and report on the feasibility, scope, and relevance of engineering proposals prepared and submitted by developing countries. 3.) Evaluate and report on the engineering technical merit of project proposals with respect to local design standards and costs. 4.) General oversight and monitoring of projects during design and construction to ensure fidelity and integrity between the approved project proposal and the project ultimately implemented, including project tasks and associated funding. 5.) Provide analytical assessments and recommendations on measures to enhance sustainability of the proposed projects and develop appropriate institutional framework and workplans for efficient and cost-effective implementation, 6). Undertake environmental and social reviews and/or assessments on the proposed projects. Typical infrastructure projects may be of the following type: a.Water Resource Management/Bulk Water Supply: Management and development of water resources; dams; watershed management; wetlands, coastal water quality and management. b.Transport. Construction or rehabilitation of urban and rural roads, seaports, airports and railroads. c.Water and Sanitation: rural and urban water supply and sanitation systems; wastewater treatment facilities; solid waste including sanitary landfills. d.Irrigation Systems: including canals (gravity, primary, secondary, tertiary), pumping stations, reservoirs, drainage systems. e.Energy and Power. Resource development; electrical generation (conventional or alternative energy); overhead and submarine transmission and distribution; rural electrification; biofuels and associated infrastructure; central heating systems; gas (natural or coal be methane) supply, processing and distribution; oil and gas exploration and production. f.Industrial. Industrial parks, agricultural processing facilities and zones. g.Institutional Facilities. Vertical structures such as schools, hospitals, health centers, housing, animal care facilities, offices, visitor centers, courts, etc. 4. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. Required services and location described above will be considered in evaluation of all criteria. a. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: This criterion addresses the firm's and any partners, subcontractors, or consultants' specialized experience and technical knowledge within the last 5 years in the type of work described in paragraph 3. The experience can be shown by the sole, or collective experience of the A-E and, where applicable, A-E partners, joint venture partner's experience. If the experience of key subcontractor's is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required. b. PROFESSIONAL QUALIFICATIONS: The A-E firm must identify the qualifications of personnel in the following key disciplines: Project Manager, Architect, Civil Engineer, Electrical Engineer, Structural Engineer, Mechanical Engineer (to include irrigation and pumping experience), Cost Engineer, Environmental Specialist, Construction Management, Geotechnical engineer, Resettlement Specialist amd Institutional Specialist. 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 venture partners, and key subcontractors on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. d. MANAGEMENT PLAN: Submittals must include in Blocks D and H of the SF 330 a Management Plan that addresses, as a minimum, the A-E's approach to project management, organization, lines of supervision and communication, and coordination of disciplines, and, if applicable, coordination with partners, joint venture partners, key subcontractors and consultants. The submittal must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communications and supervision process, and the procedure to ensure high quality products and services within cost limitations and in strict compliance with performance schedules. e. CAPACITY: Capacity to perform approximately $5,000,000 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. Firms must address and demonstrate capacity to execute multiple Task Orders simultaneously. f. KNOWLEDGE OF LOCALITY: Knowledge of engineering and design primarily, including experience in applying environmental regulations to developing countries in the EUCOM and AFRICOM AOR. 5. SUBMISSION REQUIREMENTS: A-E Firms that have the capability to perform this work are invited to submit two printed copies and one electronic copy (CD or DVD) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below not later than 1430 Central European Time on the closing date of this announcement. The SF 330 Part I shall not exceed 75 pages (8.5" x 11" or A4), including no more than 20 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than size "11." Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. 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 subcontractors 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, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission such as prices, as this is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. Joint Ventures shall submit the following additional documentation of 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. 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. 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. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advised. Firms responding to this announcement are requested to inform one of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. c.For U.S. Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Tr Santos) Announcement W912GB-11-R-0034 CMR 410, Box 7 APO AE 09049 d.For German postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Box 7/Tr Santos) A-E Announcement W912GB-11-R-0034 Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany 7. POINT OF CONTACT for additional information: Mr. Tre Santos, Contracting Officer E-mail: dayon.t.santos@usace.army.mil Phone: +49-611-9744-2427 (outside Germany); (0)611-9744-2427 (within Germany) Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany) Ms. Marilyn Jackson, Contracting Officer E-mail: marilyn.jackson@usace.army.mil Phone: +49-611-9744-2660 (outside Germany); (0)611-9744-2660 (within Germany) Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-11-0034/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02477717-W 20110622/110620235306-945866cb25a98c5c5184e70f9f97bd6e (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.