SOLICITATION NOTICE
C -- Indefinite Delivery Contract with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM)
- Notice Date
- 11/14/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Mobile - Military, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- DACA01-03-R-0011
- Archive Date
- 3/15/2003
- Point of Contact
- Sonya White, (251) 441-5582
- E-Mail Address
-
Email your questions to US Army Engineer District, Mobile - Military
(sonya.m.white@sam.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA SPECIFIC QUESTIONS RELATED TO THIS PROJECT MAY BE ANSWERED BY MR. DEWAYNE BRACKINS AT (251) 694-3743. The Contracting Officer for this project is Leo J. Hickman. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract (IDC) w ith the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM). This contract will be primarily for Architectural, Mechanical, Electrical, Civil design services and Healthcare Planning. T his announcement is open to all businesses regardless of size. The contract will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three years. Work under this contract t o be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $3,000,000 over the three-year life of the contract. (If the established value for an option period is exhausted or nearly exhausted prior t o 12 months after the start of the period, the next option period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upo n the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum pract icable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for th at part of the work it intends to subcontract. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330 (previous SIC code was 8711). PROJECT INFORMATION: The selected firm m ust have capabilities for programming, planning and design of military healthcare projects in the areas of: Architecture; Engineering; Healthcare Planning; Interior Design; Space Evaluation and Programming; Medical Equipment Planning; Master Planning, the design of new medical facilities, and expansions and renovations to existing medical facilities. The selected firm is required to travel to the sites to establish any and all the documents required for the modification, repair and acquisition of mechanical , electrical, architectural, structural, geo-technical, fire alarm/security, life safety, energy, and plant management system (PMS) for DOD installations. Design efforts may include preparation of contract documents (studies, plans, and specifications) for modifications or additions to existing facilities, the correction of existing deficiencies, the design of new systems or facilities, and modifications and upgrades to existing mechanical, electrical, and fire alarm/security systems, and hazardous material s surveys and abatement (it will not be possible for the Government to indemnify the selected firm against liability claims connected with asbestos). Site investigations will include coordination with the Agency Program Manager requesting the work. Also in cluded will be such services as construction phase services (submittal review, transition planning, commissioning, etc.); on site Quality Assurance inspections; studies, concept and complete final designs for repair/construction projects executable with lo cal authority; repair/construction project development brochures; cost estimates; economic analysis; environmental assessments; concept drawings; and master planning documents to include utility systems (mechanical, electrical, architectural, structural, l ife safety), and code deficiencies. The majority of the work will be located in the Continental United States; however, work may be located in Central or South America, Puerto Rico, the U.S. Virgin Islands, Korea, Japan, Africa, the Middle East, Thailand, Europe and other worldwide locations as supported by MEDCOM. SOLICITATION INFORMATION: This presolicitation notice will be modified to include the full solicit ation requirements on or about 27 November 2002. Interested firms will have at least 30 days from the time of the amendment to prepare and submit their SF 255 and SF 254s.
- Place of Performance
- Address: US Army Engineer District, Mobile - Military P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Country: US
- Zip Code: 36628-0001
- Record
- SN00205057-W 20021116/021114213359 (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 |