Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2003 FBO #0404
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER SERVICES INCLUDING DESIGN AND CONSTRUCTION PHASE SERVICES.VARIOUS LOCATIONS WITHIN THE NORTH ATLANTIC DIVISION AREA OF RESPONSIBILITY

Notice Date
1/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New England - Civil Works, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
DACW33-03-R-0006
 
Archive Date
4/8/2003
 
Point of Contact
Sheila Winston-Vincuilla, 978/318-8159
 
E-Mail Address
Email your questions to US Army Engineer District, New England - Civil Works
(sheila.winston@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA An Indefinite Delivery Indefinite Quantity Contract for Architect Engineer Services including design and construction phase services, various locations within the North Atlantic Division area of responsibility. 1. CONTRACT INFORMATION: One contract will be awarded for one base year (period) with the possibility of two option periods not to exceed one year each. The base year plus option periods have a ceiling amount not to exceed $1,000,000.00 each. An option period may be exercised at the discretion of the Government before expiration of the previous period. The maximum amount for each task order will not exceed $500,000.00. This acquisition is being issued on an unrestricted basis. 2. PROJECT INFORMATION: Different engineering assignments at various locations in the Corps? North Atlantic Division, but primarily in the New England District which could include various design and/or construction services requiring licensed design profe ssionals in the civil, mechanical, electrical, structural, and architectural disciplines. Expertise in hydrology, hydraulics to include knowledge and experience with applicable computer programs such as HEC RAS, HEC HMS, Dambreak etc, and environmental en gineering is also desirable. The types of work that will be required includes, but is not limited to, work described by the following profile codes as defined in the Standard Form 254: 008, 010, 011, 019, 020, 021, 023, 024, 025, 029, 033, 035, 036, 037, 039, 042, 043, 046, 051, 055, 056, 061, 062, 066, 078, 079, 080, 088, 089, 092, 095, 096, 101, 104, 111, 112, 114, & 115. 3. SELECTION CRITERIA: The Corps of Engineers New England District will use both primary and secondary selection criteria. The secondary selection criteria will only be used as tie-breakers among firms that are essentially technically equal. (1) Primary Selection Criteria: The Primary Selection Criteria (a-f below) are listed in descending order of importance. a. The firm must have on its staff or provide through a consultant, professional engineers with demonstrated expertise in all those disciplines listed above. The firm must also have staff or provide through a consultant, personnel with professional registration in all thirteen North Atlantic Division states: ME, NH, VT, MA, CT, RI, NY, NJ, PA, MD, DL, WV, VA and the District of Columbia. Firms not demonstrating these requirements will be disqualified from further consideration. b. The firm must have the capacity to accomplish the work in the required time. c. The firm must possess a good record of past performance on contract s with respect to cost control, quality of work, and compliance with performance schedules. d. Firms must demonstrate previous experience in preparing construction cost estimates with Micro Computer Aided Cost Estimating System (MCACES) and Life Cycle Co st Analysis methodology. The firm shall also demonstrate experience in the development of construction contingencies based upon the knowledge of Risk Analysis and level of design detail. e. Firms should have capability to provide all deliverables in Micro Station V7 DGN format. The Government will only accept this format, without conversion or reformatting, in the target CADD software format and on the target platform specified herein. The target platform is a PC/Workstation with an Intel compatible centr al processing unit and a Windows 2000 operating system. Advanced software application files used for civil design and drawings shall be delivered in formats compatible with INROADS(Bentley Civil Engineering). All delivered CADD files shall be in complian ce with A/E/C CADD Standard Release 2.0. f. Firms must demonstrate knowledge of preparing specifications for construction contracts using a personal computer based software package. All specifications for Corps of Engineers (COE) contracts will be prepar ed using Guide Specifications and SPECSINTACT. (2) Secondary Selection Criteria: a. SB and SDB Participati on. The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime cont ractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration b. Geographic Proximity. Proximity is simply the physical location of a firm in relation to the location of a project, and has very little to do with the technical ability of a firm to perform the project. Hence, proximity should normally only be used as a selection criterion for small or routine projects or ID contracts in support of a specific installation(s). It will have very little bearing on this sel ection. c. Volume of DoD Contract Awards. DoD A-E contract awards can be obtained from ACASS, and verified and updated during the interviews with the most highly qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit four copies of SF 255 (11/92 edition), and four copies of SF 254 (11/92 edition) to the U.S. Army Corps of Engineers, New England District, ATTN: A-E Uni t, 696 Virginia Road, Concord MA 01742-2751. Submissions are due not later than the close of business on the February 7, 2003. Four copies of SF 254 are also required for each proposed consultant. It should be noted that SF255s are not required for pro posed consultants. Include ACASS number in Section 2b. of the SF255. Call the ACASS Center at 503-808-4591 to obtain a number. In Section 10 of the SF 255 describe the firm's overall design quality management plan, including management approach, coordin ation of disciplines and subcontractors, and quality control procedures that must include an independent technical review. Solicitation packages are not provided. This is not a request for proposal.
 
Place of Performance
Address: US Army Engineer District, New England - Civil Works 696 Virginia Road, Concord MA
Zip Code: 01742-2751
Country: US
 
Record
SN00235633-W 20030110/030108213556 (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.