Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2002 FBO #0342
SOLICITATION NOTICE

C -- Architect-Engineering services are required on a minimum of four Indefinite Delivery Contracts to support the Baltimore District US Army Corps of Engineers.

Notice Date
11/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACA31-03-R-0007
 
Archive Date
2/14/2003
 
Point of Contact
Susan Sonenthal, 410-962-7646
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(susan.j.sonenthal@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA DACA31-03-R-0007. Contract Information: Architect-Engineering services are required on a minimum of four Indefinite Delivery Contracts to support the Baltimore District US Army Corps of Engineers. The contracts will be for $3,000,000 cumulative, not to exceed 3 years. These contracts are firm fixed priced. This announcement is open to all businesses. Small businesses are encouraged to team with other small businesses. The firm must be capable of responding to and working on multiple task orders concurre ntly. Task orders will be assigned based on the A-E?s workload, geographic area, specialized experience, customer satisfaction, and project requirements. The concentration of work will be for the Baltimore District. Contracts may be issued up to one year after selection approval and will be issued based on the order of ranking of the firms by the selection board. The number of contracts that will be issued will be dependent on the amount of work that will be required.2. Project Information: Work may co nsist of preparation of reports, studies, design criteria, estimates, specifications, designs, and other general A-E services for multi-disciplined alterations, renovations, maintenance and repair, tenant fit-up and operations, and new construction projec ts for military and other government agencies. The work may also consist of design of schools and other educational facilities. The firm may be required to provide construction phase and other services which may include preparation of operation and mainte nance manuals, shop drawing review, and commissioning/start-up/fit-up design support.3. Selection Criteria: See Note 24 for general selection criteria. The selection criteria listed below are in descending order of importance: A. The firm must demonstrat e specialized and technical competence in: (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 DD Forms 1391 or plann ing and feasibility studies; (4) Preparation of the development of the technical information for design build request for proposals; (5) Asbestos and lead paint surveys and testing services; (6) Coordination, submissions and presentations to the State Hist oric Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts. Note that only two of the selected firms will be required to have the required experience with the National Capital Planning Commission and the Commission of Fine Arts; (7) Obtaining of all necessary permits; and (8) Topographic surveys, soil surveys, and subsurface exploration including associated testing. (9) In addition to the above criteria, one of the firms may be selected based on their warehouse design experience. The firm should indicate at least two recent warehouse designs for facilities greater than 100,000 square feet. B. Key disciplines that are required to be registration and licensed are: Architect, civil engineer, electrical engineer, structu ral engineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, and industrial hygienist. Other key disciplines that shall be presented are: interior designer, cost estimator, and landscape architect. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) have passed th e National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. The evaluation of these disciplines will consider education, trainin g, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented t o insure that the firm can meet the potential of working on multiple task orders. C. Work Management: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, qual ity 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 projects. The SF 255 shall clearly indicate the primary office where the work will be performed and the staffing at this office. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. A minimum of 40% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), to include Hi storically Black College and University or Minority Institutions, 2.5% to HUB Zone small business firms, 8% with Women-Owned Small Businesses, and 3% with Veteran-Owned Small Businesses. Baltimore District (CENAB) encourages WOSB and SDB participation as prime contractors. The plan is not required with this submittal. The size standard for this procurement is $4,000,000 average annual receipts over the last 3 fiscal years; the Standard Industrial Classification Code (SIC), is 8711; the North American I ndustry Classification Code (NAICS) is 541330. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms must submit an SF255 for the prime and joint venture. SF 254s must be submitted for the prime and for each consultant . These forms shall be submitted to the above address not later than 4:00PM on 16 December 2002. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. Only one copy of a submission (SF 255/SF254) is required at this time. The Baltimore District does not retain SF 254?s on file. In block 9 of the SF 255, the prime shall provide contract award dates for all projects listed in that section. One Preselection Board and one Selection Board will be conducted from this solicitation. Telephone interviews with be conducted with the short listed firms. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered f or award of a Federal contract. A paper copy may be obtained from the DOD Electronic Commerce Information Center at 888-227-2423 or Contact CCR web site at www.ccr.gov. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howard St., Ro om 7000, Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be reached at 410-962-7646 and via Internet susan.j.sonenthal@nab02.usace.army.mil. Solicitation packages are not provided. Personal visits for the purpose of discussing this annou ncement will not be scheduled. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00201757-W 20021109/021107213639 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.