Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOLICITATION NOTICE

C -- Architect-Engineering Services for Walter Reed Army Medical Center, Washington, DC; Ft Detrick, MD; and FT Meade, MD.

Notice Date
1/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-04-R-0003
 
Response Due
2/13/2004
 
Archive Date
4/13/2004
 
Point of Contact
Debi Adams, 757-878-4005
 
E-Mail Address
Email your questions to ACA, NRCC, General Support Division
(Debi.Adams@eustis.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Architect-Engineer (A-E) Services for designs, preparation of plans, specifications, and cost estimates for various projects, as needed for Walter Reed Army Medical Center, Washington, D.C.; Fort Detrick , MD., and Fort Meade, MD., Directorate of Pub lic Works (DPW). In addition, this contract may also be utilized by other DPW??????s within the Northern Region if needed. CONTRACT INFORMATION: The services that may be required will consist of, but not limited to one or more of the following: Designs a nd/or Feasibility Studies for new structures, various repairs, alterations and/or improvements to Barracks, Administrative facilities, Family Housing Units, Medical Facilities, Warehouses, and other existing facilities; retrofitting Biological resource lab oratories; Building condition reports; Rehabilitation of historic buildings and structures; Project Management and Inspection Services for Construction projects; Security Management, AutoCADD Services; Environmental Surveys, Reports, Studies, Designs for t he clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products and Lead Base paint; Storm Water Management; HVAC Replacement; ADA; Master Planning documentation and DD 1391 preparation. It is anticipated th at two (2) Indefinite Delivery Contract??????s (IDC) will be negotiated and awarded, for one (1) Base period, plus two (2) Option periods, yet additional awards may result from this announcement, for a period of up to one (1) year after the date of selecti on approval if needed. Task Orders for the base period and option periods shall not exceed $1,000,000.00 per period. The cumulative total of all Task Orders for the base and option periods shall not exceed $3,000,000.00. The maximum dollar limitation fo r any task order awarded, shall be limited to $1,000,000.00. Upon exhausting the dollar value for any period, the next option period may be exercised at that time. The contract(s) anticipated award date is Spring 2004. This announcement is being solicit ed on an Unrestricted basis. Should a large business be selected for a contract, it shall comply with FAR 52.219-9, Small Business Subcontracting Plan, for that portion of work it intends to subcontract. This plan is not required with this submittal, but must be approved prior to award to any large business. The NAICS code for this requirement is 541330 Engineering Services and the size standard is $4.0 million in annual average gross revenues for the last three (3) fiscal years. A Request for Proposal (RFP) (Solicitation) will be issued to the Top Ranked Firm(s) as determined by the Selection Board(s) based upon the Selection Criteria and Interviews. The Top Ranked Firm(s) must be registered in the DoD Central Contractor Registration (CCR) database pri or to any award resulting from this announcement. ****SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E and F are secondary and will be used as tie-breakers amon g technically equal firms. ****A. PROFESSIONAL QUALIFICATIONS: The proposed design team(s) must possess registered personnel with experience in the following disciples; Architectural, Civil, Environmental, Electrical, Geotechnical (Soils Engineer), Inter ior Design, Land Surveying, Mechanical, and Structural. In addition, the design team(s) will also require experienced personnel in the following areas: Construction Inspection, Estimating, Fire Protection, Historic Preservation, IT/Telecommunications, Ma ster Planning, Plumbing, Roofing, Specifications and Traffic Engineering. A Certified Industrial Hygienist (CIH) must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate MUST be included with Block 10 of the SF 255. Add ress the proposed method of carrying out the work to meet the anticipated project requirements. ****B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Addres s the experience of the proposed design team(s) by providing specific examples of projects in a wide variety of multi-discipline design projects and studies as listed above. Indicate work of relative importance completed under current and/or recently comp leted IDC's. Include Contract number(s), Point(s) of Contact, telephone number(s) and e-mail addresses. Firms must indicate in Block 10 of the SF 255 their Computer resources on the following items; (1) Accessibility to and familiarly with the Constructi on Criteria Base (CCB) System; (2) SPECSINTACT Specification System; (3) MASTERSPEC Master Specification Systems; (4) DRChecks Design and Review Checking System; (5) Must possess in-house/consultant AutoCADD capabilities version(s) 14 and 2000 and/or l atest version(s); and (6) familiarity with International Building Codes (IBC) . ****C. CAPACITY TO ACCOMPLISH WORK. Firms must address the ability of the design team(s) to complete projects within mandatory time frames, including multiple Task Orders und er an IDC. Provide specific examples of such in Block 10 of the SF 255. ****D. PAST PERFORMANCE. Provide examples of Past Performance on project specific work (within the past 5 years), including past and/or current IDC's, with the Department of Defense (DoD) and other Government Agencies and/or private industry. Provide all recent and relevant ACASS Evaluations (last two years at a minimum). Provide letters of evaluations and/or recognition by other clients. Provide specific examples of cost control a nd estimating performance on past projects under IDC??????s. Include a Point of Contact with current telephone/fax numbers and e-mail address for each contract/project listed in BLOCK 8c of the SF 255. ****E. LOCATION. Location of the firm within the ge neral geographical area of the proposed requirement as response time for certain projects may be critical. ****F. VOLUME OF WORK. Provide the volume of DoD and other Government Agency contracts awarded in the past 12 months and/or currently being perform ed (include both the design fee and estimated construction value in Block 9 (e. Estimated Costs)) of the SF 255. ADDITIONAL SUBMISSION REQUIREMENTS: ALL requirements of this announcement MUST be met for a firm to be considered responsive. Interested fir ms having the capabilities to perform the anticipated work must submit an original SF 255 for the Firms proposed Design Team(s) and a current SF 254 for the Prime Firm and for all consultants as listed in Block 6 of the Prime??????s SF 255. The SF 254 MUS T include the following: (1) BLOCK 7 and 7a: Firms with more than one office must provide addresses, telephone/FAX numbers and number of personnel for each office and clearly indicate the Office which will be primarily responsible for work under this cont ract. The SF 255 must include the following: (1) BLOCK 3: The Prime Firm's ACASS ID number, and Central Contractor Registration (CCR) number; (2) BLOCK 4: distinguish by discipline the number of personnel in the Prime's office (line B), and all consulta nts (line A), THAT WILL BE DEDICATED TO AND PERFORM THE ACTUAL WORK, and the total number of personnel; (3) BLOCK 7c: Each key person's office address, including telephone/FAX numbers and e-mail addresses if different than as stated in block 3 of the SF 2 55 or block 1 of the SF 254; (4) BLOCK 7f: Professional Registrations must include State, year and discipline; (5) An organizational chart indicating all key personnel (Prime and Consultants), to be utilized under this contract. Supplemental information , such as cover letters will not be taken into consideration. The complete Package must be received at the following address by 2:00 PM on Friday February 13, 2004 Northern Region Contracting Center (NRCC) ATTN: Ms. Debi Adams 2798 Harrison Loop Complex Fort Eustis, VA. 23604-5538 No exceptions. Submittals received by FAX or e-mail will not be accepted. Prior to the final selection, firms considered Most H ighly Qualified will be interviewed via telephone conference call. For additional submission information, see numbered note 24.*****
 
Place of Performance
Address: ACA, NRCC, General Support Division Building 2798, Fort Eustis VA
Zip Code: 23604-5538
Country: US
 
Record
SN00500680-W 20040110/040108212202 (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.