Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOLICITATION NOTICE

C -- Architect-Engineering services are required for a maximum of two Mechanical-Electrical Indefinite Delivery Contracts will be awarded to support the Baltimore District Army Corps of Engineers.

Notice Date
12/6/2002
 
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-0011
 
Archive Date
3/11/2003
 
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-0011. 1. Contract Information: Architect-Engineering services are required for a maximum of two Mechanical-Electrical Indefinite Delivery Contracts will be awarded to support the Baltimore District Army Corps of Engineers. The contracts will be $3,000,000 cumulative, not to exceed 3 years. Individual task orders will not exceed $1,000,000. These contracts are firm fixed-price. This announcement is open to all businesses. Small businesses are encouraged to team with other small businesses. The f irm must be capable of responding to and working on multiple task orders concurrently. Task orders will be assigned based on the A-E?s workload, geographic area, specialized experience, customer satisfaction, and project requirements. The concentration o f work will be for the Baltimore District. District boundaries include the areas of Maryland, Pennsylvania, West Virginia, Delaware, the District of Columbia, and Northern Virginia. 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: The work may consist of preparation of reports, studies, design criteria, designs, and other A-E services for mechanical/electrical alterations, renovations, maintenance and repair, tenant fit-up and operations, and new construction projects for military and other government agencies. The firm may be r equired to provide construction phase and other services which may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. 3. Selection Criteria: The selection criteria listed below a re in descending order of importance: A. The firm must demonstrate specialized and technical competence in: (1) design of complex and routine HVAC, mechanical, plumbing, and control systems; (2) design of complex and routine interior and exterior electric al systems including distribution systems, back-up generator plants, and substations; (3) design of fire alarm and fire protection systems; (4) design of mechanical and electrical systems for medical facilities; (5) asbestos and lead paint surveys and test ing services; and (6) architectural, civil engineering, and structural engineering support. B. The key disciplines required are registered and licensed personnel for the following: mechanical engineer, electrical engineer, fire protection engineer, archite ct, civil engineer, structural engineer, and industrial hygienist. Another key discipline to be presented but not have to be registered or licensed is a cost estimator. The fire protection engineer shall be a registered professional engineer, have a minim um 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 the 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, training, overall and relevant experience and longevity with the firm. Th e 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. C. Work Management: A proposed management plan shall be presented which shall i nclude an organization chart and briefly address management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant con sultants on similar projects. The SF 255 shall clearly indicate the primary office where the work will be performed and the staffing at this office. SUBCONTRAC TING 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 subcontr acting 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 Historically Black College and University or Minority Institutions, 3 % to HUB Zone small business firms, 8% with Women-Owned Small Businesses (WOSB), 3% with Service-Disabled Veteran-owned small businesses, and 3% with Veteran-Owned Small Businesses. Baltimore District (CENAB) encourages WOSB and SDB participation as prim e 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 Industry Classification Code (NAICS) is 541330. 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 10 January 2003.. 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 S F 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 conduc ted 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 for award of a Federal contract. A paper copy may be ob tained from the DOD Electronic Commerce Information Center at 888-227-2423 or Contact CCR web site at www.ccr.gov. ACASS number shall be included in Paragraph 10 of the SF 255 for the prime and consultants. If your firm does not have an ACASS number, it ca n be obtained from the Portland District Corps of Engineers by calling 503-808-4591. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howard St., Room 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 announcement 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
SN00218380-W 20021208/021206213615 (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.