SOLICITATION NOTICE
C -- Multidiscipline Indefinite Delivery Contracts
- Notice Date
- 12/16/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- DACA21-03-R-0023
- Response Due
- 1/31/2003
- Archive Date
- 4/1/2003
- Point of Contact
- Elaine Radcliffe, (912) 652-5416
- E-Mail Address
-
US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Contract Information: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer firms for a minimum of one and a maximum of four Multidiscipline Indefinite Delivery Contracts. NOTE THAT THIS ANNOUNCEMENT IS A SHIFT IN THE PREVIOUS METHOD OF ARCHITECT-ENGNINEERING IDC CONTRACTING DONE BY THE SAVANNAH DISTRICT. Offerors are cautioned to read the announcement in its entirety. Contracts awarded as a result of this announcement will be administered by Savannah District fo r use on federal projects (civil and military) under its jurisdiction and, if requested, for other Corps of Engineers Districts within the South Atlantic Division. Contract limits and contract size will be determined at the time of selection. Typically, ea ch contract will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years maximum. An option may be exercised before the expiration of the base contract period (or option period) if the contra ct amount has been exhausted or nearly exhausted. The total of all task orders during each ordering period may not exceed $1,000,000. Individual task orders may not exceed $1,000,000. The total amount of each contract over the three-year ordering period ma y not exceed $3,000,000. Contracts will be primarily for large projects with a construction value greater than $2 million, however as required, smaller projects will be executed under these contracts. These contracts are firm fixed priced. This announcemen t 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 concurrently. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Con tracts may be issued up to one year after selection approval. Award will be made to the firm(s) determined to be most highly qualified. The number of contracts that will be issued will be dependent on the amount of work that will be required. None of the se projects are yet authorized and funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will be based upon the following factors: (1) Performance and quality of deliverables under the curren t IDC contracts, (2) Current capacity of the firm to accomplish the task order in the required time, (3) Proximity of the firm to the project site and familiarity with design criteria/codes and construction methods used at the locality (4) Equitable distri bution of work among identical contracts. The NAICS is 541330; size standard $4 million. This announcement is open to all firms regardless of size. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 255, Block 6, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52-219.9 and DFARS 219.7 04/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 71.1% TO SMALL BUSINESS; 10.2% TO SMALL DISADVANTAGED BUSINESS ( A COMPOSITE OF SMALL BUSINESS); 10.6% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3.0% TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS). Written justifi cation must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accordance with AFAR 19.7 , Appendix DD. For additional information, please contact Gwen Parker at (912) 652-5340. ** Project Information: Work may consist of preparation of reports, studies, project planning, design criteria, cost estimates utilizing the MCACES software, specifica tions, designs, and other general A-E services for multi-disciplined new construction and renovations projects for military and other government agencies. The work primarily consists of the design of new vertical construction on facilities commonly found a t military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as some smaller horizontal construction projects (airfields, roads, ranges, etc.). The firm may be required to provid e construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All design CADD files must be delivered in the (*.dgn) format. Exceptions may be granted if the use of scanned files is required. In this case, the scanned files must be converted to (*.dgn) format for delivery. All design must comply with the Savannah District Design Manual and individual Installation Design Guides. ** This presol icitation notice will be modified to include the full solicitation requirements on or about 31 December 2002. Interested firms will have at least 30 days from the time of the amendment to prepare and submit their SF255 and SF254. Email your questions to lucie.m.hughes@sas02.usace.army.mil or call Lucie M. Hughes at (912)652-5645.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA21/DACA21-03-R-0023/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Savannah - Military Works P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Country: US
- Record
- SN00224688-F 20021218/021216213223 (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 |