Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES, Fort Detrick, Maryland.

Notice Date
7/8/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-11-R-0058
 
Response Due
8/8/2011
 
Archive Date
10/7/2011
 
Point of Contact
Hillary Morgan, 301-619-0054
 
E-Mail Address
USACE District, Baltimore
(hillary.a.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in FAR Subpart 36.6. It is anticipated that one (1) unrestricted Indefinite Delivery Contract (IDC) will be awarded to support the Fort Detrick military and other programs. The contract will be for a five (5) year period and the total contract amount will not exceed $9,500,000. Task Orders shall not exceed $5,000,000.00 for any individual year. Orders placed under this IDC may be issued using one of the following contract types; Firm Fixed Priced, Time and Materials, or Labor Hour contract. The selected firm must be capable of responding to and working on multiple task orders. Task orders will be awarded based on the A-E's 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 concentration of work will be for the Directorate of Installation Services at Fort Detrick, Frederick, Maryland however, the contracts may be used throughout the Army Corps of Engineers North Atlantic Division (Connecticut, Delaware, District of Columbia, Main, Maryland Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, and West Virginia). Approval for use requires the Fort Detrick DPW concurrence issuance of any task orders. The North American Industry Classification Code (NAICS) is 541330 and the size standard under this code is $4,500,000 average annual receipts over the last three years. The announcement is open to all businesses regardless of size. SUBCONTRACTING PLAN REQUIREMENTS: Should a large business be selected for this contract, a subcontracting plan consistent with Section 806(b) of PL 100-180, PL 95-507 and PL 99-661 will be required with the final fee proposal. A minimum of 50% of the total planned subcontracting dollars shall be placed with small business concerns. At least 17% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 18% with Women-owned small businesses (WOSB); 10% shall be placed with Hub-zone Small Businesses (Hub-SB), 85% with Veteran-owned small businesses (VOSB); and 4% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION The work may consist of site investigations, planning, master planning, programming, surveys, geotechnical investigations, permitting, planning and design charrettes, and the preparation of reports, studies, design criteria, design build requests for proposal, designs, master planning components and other general A-E services for multi-disciplined new construction projects, alterations, renovations, maintenance and repair, tenant fit-up and operations for military and other, non-military government agencies. The firm may be required to provide construction phase and other services including, but not limited to preparation of operation and maintenance manuals, site visits, shop drawing reviews, technical assistance, on-site representation and commissioning/start-up/fit-up design support. Projects may include, but are not limited to transportation infrastructure, to include roads and bridges; medical and non-medical laboratories and research facilities; data, information management and electronic communications facilities; military testing facilities; hospitals and medical treatment facilities; administration and training facilities; warehouses; community support facilities; recreational and physical fitness facilities; and child development facilities. Services may include, but are not limited to the following: Designs for new facilities and rehabilitation of existing facilities Feasibility studies; Building condition reports; Rehabilitation designs of historic buildings and structures; Project management, inspection and testing services for construction projects; AutoCADD services; Environmental surveys, reports, studies, designs and permitting for the erosion and sediment control, stormwater management, and/or hazardous materials clean-up, removal, monitoring and/or abatement HVAC replacement evaluation and design; ADA evaluation and designs; Master planning, charrettes, programming, and DD 1391 preparation; Geotechnical Investigation Engineering reports, studies, design criteria, design-build requests for proposal, designs, and other general A-E services Construction phase services including, but not limited to, preparation of operation and maintenance manuals, site visits, shop drawing reviews, technical assistance, on-site representation and commissioning/start-up/fit-up design support Surveying services including GIS data services 3.SELECTION CRITERIA The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A-F are primary. Criteria G is secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. A.PROFESSIONAL QUALIFICATIONS: The proposed design team(s) must include registered, licensed and/or certified personnel, either in-house or through consultants, in the following disciples: Project Manager, Architect, Civil Engineer, Environmental Engineer, Electrical Engineer, Communications and Related Systems Engineer, Structural Engineer, Geotechnical Engineer, Land Surveyor, Mechanical Engineer, Fire Protection Engineer, Building Commissioning Expert, Interior Designer, Cost Estimator, Landscape Architect, and Industrial Hygienist. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and have a degree in Fire Protection Engineering from an accredited university. A Certified Industrial Hygienist (CIH) is a required discipline; a copy of their Board of Industrial Hygiene Certificate must be included in Section H of the SF330. 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 in the required timeframes. The SF330 submittal shall address the experience of the proposed design team, by providing specific examples of projects in a wide variety of multi-discipline design projects and studies as listed above. Indicate work completed under current and/or recently completed IDC's. Include Contract number(s), Point(s) of Contact, telephone number(s) and e-mail addresses. B.SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The firm must demonstrate specialized experience and technical competence in the following, which are listed in descending order of importance: (1)Design of new facilities of various types and sizes; (2)Rehabilitation of existing facilities, also, of various types and sizes; (3)Preparation of project programming documents such as master planning studies and DD Forms 1391 and experience in conducting both planning charrettes and design charrettes; (4)Preparation and development of the technical information for design build request for proposals; (5)Experience with large task order contracts and handling multiple, large task orders simultaneously; (6)Application of construction cost control through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remain within budget; (7)Analysis and implementation of anti-terrorism and force protection (ATFP) requirements; (8)Analysis and implementation of Leadership in Energy and Environmental Design (LEED) criteria; (9)Experience in the use of Building Information Modeling; (10)Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts; (11)Experience with storm water management and erosion and sedimentation control in various jurisdictions; (12)Obtaining of all necessary permits; (13)GIS surveys, topographic surveys, soil surveys, and subsurface exploration including associated testing; (14)Asbestos and lead paint surveys and testing services; (15)The firm's ability to obtain security clearances and their experience working with classified documents. (16)Firms must indicate their accessibility and familiarity on the following items: i. Construction Criteria Base (CCB) System; ii. SPECSINTACT Specification System and Unified Facilities Guide Specifications iii.Unified Facilities Criteria iv. DRChecks Design and Review Checking System; v.AutoCADD, through the current version; vi.Microstation, through the current version vii.NFPA and International Building Codes (IBC). C.CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Provide an overview of the team's staffing; capabilities; and ability to meet schedules, demonstrate flexibility and adjust efforts based on external influences while performing the task order. D.PAST PERFORMANCE Past performance on contracts with Government agencies and private industry in terms of quality of work and compliance with performance schedules. E.KNOWLEDGE OF LOCALITY: SF 330 submission shall clearly indicate the primary office where the work will be performed and the staffing at this office. Firms shall convey knowledge of, and familiarity with, the project locality to include, but not limited to; geographic features, climate, state and local permitting requirements and local construction methods. F.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 contracts. G.SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS PARTICIPATION: Extent of participation of small businesses including Woman owned small business, Small Disadvantaged business, Historically Black Colleges & Minorities, Hub-Zone small business, Veteran Owned Small Business, and Service-Disabled Veteran-owned small business. 4. SUBMISSION REQUIREMENTS Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s) to the address below, no later than 3:00 P.M. on 8 Aug 2011. Part II of the SF 330 must be submitted for each consultant. On SF 330, Part I, Block 5, include DUNS number for the prime firm. 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 U.S. Army Corps of Engineers, City Crescent Building, ATTN: Hillary Morgan, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Frank A. Cirincione at (410) 962-4170 or frank.a.cirincione@usace.army.mil. Contracting questions can be directed to Ms. Morgan at (301) 619-1874. Four copies of the SF 330 submission is required. 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 10 font. Page size shall be 81/2 X 11 inches. Larger sheets that are inserted as foldouts are discouraged. Effective 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. NOTE: In order to maintain total objectivity in the AE selection process, phone 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-11-R-0058/listing.html)
 
Place of Performance
Address: Fort Detrick USAG 1557 Porter Street Frederick MD
Zip Code: 21702
 
Record
SN02493112-W 20110710/110708234532-24bbaf0d3024d09b9fed4f2789f1eee8 (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.