SOLICITATION NOTICE
C -- Architect-Engineer Services for Indefinite Delivery Contract #21 for Regional Directorate of Public Works, Fort Drum, New York
- Notice Date
- 6/20/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- FEDBIZOPS-03-171-0007
- Response Due
- 7/21/2003
- Archive Date
- 9/19/2003
- Point of Contact
- Ina.Joyce.Ohrwashel, 212-264-0154
- E-Mail Address
-
Email your questions to US Army Engineer District, New York - Military
(Ina.J.Ohrwashel@nan02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Location of work: Fort Drum, NY and US Army Reserve Centers located throughout the state of New York Contract information: One A/E firm will be selected from this announcement. These services will be provided under one (1) indefinite delivery contract. This contract will be for a base period of up to 12-months, with two(2) option periods of up to 12 months each period. The contract amount (base period plus 2 option periods) will not exceed $3,000,000 and will not exceed $1,000,000 per period. Individ ual task orders will not exceed $1,000,000. This contract will include 2 option periods under the same terms and conditions as the basic contract. The Government has the right to exercise the option period after the monetary limit is reached for the base period and prior to the expiration of the time period (365 calendar days). Within this period of time (from the time the option is exercised up until the 365 calendar days is exhausted), all negotiated task orders should use the labor rates from the base period, until the 365 calendar days expire. After the 365 calendar days expire, the negotiated rates for 1st option period will be used. Similarly, 730 calendar days after award of the initial contract, all negotiated task orders should use the labor ra tes from the 2nd option period. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The Government??????s obligation is to guarantee a minimum amoun t of payment of $20,000 for the base period and $10,000 for the option periods. Scope of services required: The selected A-E firm shall have the ability of preparing planning documents, cost studies, investigations, and reports; perform surveys; provide monuments and reports for various projects to include, but not limited to rehabil itation of transportation facilities, buildings, HVAC systems and utility systems. Projects may also include construction of new facilities and buildings and unique additions to existing infrastructure. The selected A-E firm shall also have the ability to prepare RFP??????s for design-build type projects. These projects will be designed in conformance with COE regulations and DoD design standards. The A-E shall also be able to perform construction services, which include construction inspection of assor ted type of projects and at various sites and review of shop drawings during the construction phase. Technical capability required: The following specific abilities and disciplines are required: Architectural, Civil, Electrical, Mechanical, Structural, Cost Estimating, Fire Protection, Surveying, Geo-technical, Environmental, Sustainability, Certified A sbestos Specialists, and Certified Industrial Hygienist. Firms not having full in house capability must demonstrate how they will manage subcontractors and insure quality control. Prime firms must demonstrate its plan for successful quality assurance and integration of all design disciplines. Responding firms should indicate their ability to use Dr. Checks review system. Experience with the Corp's M-CACES Gold Cost Estimating program, or the firm's capability to use the program is required. Production of drawings (CADD) must be accomplished in the latest versions of Microstation and/or AutoCAD. Specifications and design analyses shall be prepared using the latest version of MS Word. In addition to the above, the selected firm should be required to pr oduce Plans and Specifications in Electronic Bid Solicitation (EBS) format. Specification sections are to be provided in Portable Document Format, (.pdf) and Contract Design files are to be provided in Continuous Acquisition and Life-Cycle Support format, (.cal). Cost estimates shall be accomplished in the latest version of M-CACES. Special qualifications: The selected firm must have proven capability to produce multiple delivery orders simultaneously. Experience in mil itary designs and Army maintenance and repair projects are preferred. Certified asbestos abatement specialists and fire protection engineering services are required. The firm must identify a Licensed Fire Protection/Detection Specialist and Designer for this contract. The firm must have working knowledge with Unified Facilities Criteria (UFC) 3-600-01, dated 17 April 2003, Fire Protection for Facilities. The Services and Qualifications of Fire Protection Engineers are shown in Section 1.6 of UFC 3-600 -01, and a reiterated here: Major projects require the services and review of a qualified fire protection engineer. In addition, projects which involve design or modification of fire detection, fire suppression, or life safety systems shall require the se rvices and review of a qualified fire protection engineer. A qualified fire protection engineer shall be an integral part of the design as it relates to fire protection. This includes, but is not limited to, building code analysis, life safety code analy sis, design of automatic detection and suppression systems, water supply analysis, and a multi-discipline review of the entire project. For the purposes of meeting this requirement a qualified fire protection engineer is defined as an individual meeting o ne of the following conditions: a) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering, and a registered professional engineer (P.E.), from an accredited university engineering program, plus a minimum of 5 years?????? work experience in fir e protection engineering. b) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEE) fire protection engineering written examination. c) A registered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation. Fire Protection criteria shall conform to the requirements of the UFC 3-600-01, the National Fire Codes, published by the National Fire Protection Association (NFPA), specifically NFPA 101, Safety to Life from Fire in Buildings and Structures, 2000 edition , except as modified within the UFC 3-600-01; and portions of the Uniform Building Code (UBC), published by the International Conference of Building Officials, as specifically referenced within UFC 3-600-01. Additional criteria includes portions of the Lo ss Prevention Data Sheets, published by Factory Mutual Engineering Corporation (FM), as specifically referenced within UFC 3-600-01. Closing date of SF 255: The closing date will be shown on the Federal Buisness Opportunities?????? website: http://www.fedbizopps.gov. The date is shown as Original Response Date. If this date falls on a Saturday, Sunday, or Holiday the closing date wil l be on the next business day. Firms must submit their qualifications on November 1992 version of SF 255 and SF254. The SF 254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If sub-consultants are to be utilized, a SF254 must be submitted for each sub-consultant. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is c onducted. Evaluation factors in descending order of importance A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary for satisfactory performance of required services. 3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time. 5. Knowledge of the locality and location in the general geographical area of Fort Drum Military Reservatio n in Watertown, NY and other US Army Reserve Centers located throughout the state of New York, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encourage d to submit from any geographical area. 6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and ha rmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultan ts that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. B. Secondary Selection Criteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2. Geographic proximity in relation to location of Fort Drum Military Reservation in Watertown, NY and other US Army Reserve Centers located throughout NY state. 3. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran owned small business, service-disabled veteran owned small bu siness Hub Zone small business small disadvantaged business and Woman owned small business concerns and firms that have not had prior DoD contracts. Approximate start date of contract: January 2004 Approximate completion date of contract: January 2007 Small business, veteran-owned small business, service-disabled veteran owned small business, HUBzone small business, small disadvantaged business and woman owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, an acceptable small business subcontracting plan shall be submitted prior to award. Firms which have not previously applied for New York District projects and firms which do not have a current SF 254 on file with the New York District should submit two of the SF 254 with the initial response to the FedBizOps announcement. Firms using co nsultants should submit copies of the SF 254 for their consultants. a) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b) The A/E??????s request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. c) Debriefing(s) will occur within 14 calendar days after receipt of the written request. d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Stephen DiBari, CENAN EN M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264 9123.
- Place of Performance
- Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN00353380-W 20030622/030620213924 (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 |