SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR A-E DESIGN SERVICES FOR ENVIRONMENTAL ENGINEERING PROJECTS FOR THE REGIONAL DIRECTORATE OF PUBLIC WORKS, FORT DIX, NEW JERSEY.
- Notice Date
- 3/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Dix, Directorate of Contracting, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-6150
- Solicitation Number
- W911S1-04-R-AE01
- Response Due
- 4/8/2004
- Archive Date
- 6/7/2004
- Point of Contact
- Annemarie Walsh, 609-562-2689
- E-Mail Address
-
ACA, Fort Dix
(annemarie.walsh@dix.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A-E Services for the preparation of environmental engineering, hazardous, and toxic waste type projects to include but not limited to PCB testing & abatement, Asbestos Testing & Abatement, Lead Paint Testing & Abatement, Soil, water and solid waste t esting, underground storage tank testing & removal, Aboveground Storage Tank Testing & Removal, Noise Assessment, Wetlands Delineation, Mold Surveys/Investigations, Cultural/Natural Resources Surveys, Archeological surveys, Environmental Baseline Surveys, Environmental Assessments, Environmental Impact Statements, Range Management, Soil Treatment and Design, and shall also require design and construction documents including plans, specifications, cost estimates, design analyses, and construction services fo r various projects related to the above, in the following states: Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, Pennsylvania, New York, New Jersey, Delaware, Maryland, Virginia, West Virginia, Kentucky, Tennessee, North Carolina, South Carolina, Mississippi, Alabama, Georgia, Florida and Puerto Rico as required by the Regional Directorate of Public Works, Fort Dix, New Jersey. Solicitation No. W911S1-04-R-AE01. The design services that may be required will consist of but not be l imited to one or more of the following: rehabilitation/construction of buildings, building repairs, additions and alterations, road and site improvements, sanitary and storm water systems, utility systems, HVAC and plumbing systems, fire protection systems , electrical distribution systems, telecommunication systems, fire alarm systems, asbestos, lead and PCB abatement. An Indefinite Delivery Contract (IDC) will be negotiated and awarded for a Base Period with two (2) Option Periods. Task Orders for both t he base period and option periods shall not exceed $1,000,000.00 and each task order will not exceed $1,000,000.00. The cumulative total of all task orders for both the base period and both option periods shall not exceed $3,000,000.00. Task Orders for e ach contract period may be issued for a period of up to one year from the date of contract award or $1,000,000.00, whichever occurs first. The Government has the right to exercise an option after the monetary limit is reached prior to the expiration of th e base period. The Governmentsâ obligation to guarantee a minimum amount for payment will apply to the base period and all subsequent option periods. The guaranteed minimum is $20,000 for the base period and $10,000 for each of the option periods. T he contract is anticipated to be awarded in JULY 2004. This announcement is being solicited as Unrestricted. An additional award may result from this synopsis, for a period of up to one (1) year after the date of selection approval. All interested contrac tors are reminded that the successful firm will be expected to place subcontracts to the maximum possible extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontr acting plan will be required prior to award in accordance with FAR 52.219-9, Small Business and Small Disadvantaged business Subcontracting Plan. For informational purposes, the Small Business Size Standard is $4.0 Million in annual average gross revenues for the last three (3) fiscal years, the NAICS Code is 541310, and the SIC Code is 8712. SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E & F are secondary and will be used as tie-breakers among technically equal firms. A. PROFESSIONAL QUALIFICATIONS: The firm selected and itâs consultants must have experience in the following disciplines and have the appropriate registration as a minimum for Registered C ivil Engineer, Registered Environmental Engineer and a Registered Geo-technical Engineer in the state of New Jersey and in the state of which they are performin g work; The following disciplines are also required; Senior Environmental Engineer, Environmental Scientist, Senior Geo-technical Engineer, Geo-technical Engineer, Senior Geologist/Hydrogeologist, Archeologist, Geologist/Hydrogeologist, Toxicologist, Envir onmental/Engineer Technician, GIS Analyst, Word/Clerk Typist, Architectural, Civil, Structural, Mechanical, Electrical, and Environmental Engineering capabilities including Topographical and Geo-technical Surveying capabilities are required. The firm must also identify a Fire Protection/Detection Specialist /Engineer, Certified Industrial Hygienist, (Certification Number & Date Received Required) Lead/Asbestos Abatement Inspector, Specification Writer, Cost Estimator, 2-Man Survey Crew. Maintenance and rep air design experience and new construction design experience is required. Familiarity with Military Design is preferred for major disciplines. Firms not having full in-house capability must demonstrate how they will manage consultants and insure quality c ontrol. The firm shall submit a Quality Assurance/Quality Control Plan as part of their submission. The firm shall identify the quantity and number of personnel in each discipline available in their working office. B. SPECIALIZED EXPERIENCE AND TECHNICA L CAPABILITY: Previous experience with design of projects on military installations/academic environment is preferred. Experience in the preparation of Project Funding Justification Document (DD1391) is also preferred. Responding firms should indicate t heir ability to access an electronic bulletin board. and Automated Review Management System (ARMS) via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experience with the Corpsâ M-CACES Gold Cost Estimating program and the most current version of Excel, or the firmâs capability to use these programs is required. In addition, firms should indicate their Computer Aided Design and Drafting (CADD) capability and Microstation version V8 compatibility. The selected firm will be r esponsible for designing to HQ USACE specifications. C. CAPACITY TO ACCOMPLISH WORK: Firms must demonstrate the ability to complete work within the required time frame specified for each individual task order, including multiple task orders. Provide ex amples of both in Block 10 of the SF 255. D. PAST PERFORMANCE: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Provide all recent ACASS eval uations, (Within last 5 years) (excellent performance evaluations on projects that have recently been completed will be considered) or letters of recommendation for those firms that have not held previous government contracts. E. LOCATION. Location of the firm within the general geographical area of the proposed requirement(s). F. 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 and small disadvantaged business firms and firms that have not had prior DOD contracts. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contra ct team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Closing date for submitting SF-254âs and SF-255âs: 4:30 P. M., 8 April 2004. This is NOT a Request for Proposal (RFP). All requirements of this announc ement MUST be met for a firm to be considered responsive. These guidelines should be closely followed since they constitute procedural protocol in the manner in which the selection process is conducted. Firms must submit their qualifications on SF-255 and SF-254. SF-254 should reflect the overall firmâs capacity, whereas, SF-255 should reflect only the personnel dedicated to the work to be performed on thi s contract (i.e. the proposed design team). The SF-255 shall contain no more than 10 projects for the prime and any consultants combined. Block 3 of the SF 255 shall include the Prime Firmâs ACASS ID Number, CAGE Code, and DUNS number. Small and smal l disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small business. Supplemental information, such as cover letters will not be taken into consideration. Submittals submitted by FAX will not be accepted and considered non-responsive. Firms using consultants should submit copies of the SF-254 for their consultants. Prior to final selection, firms considered the Most Highly Qualified to accomplish the work may be interviewed by telephone or by formal presentation. Notification of firms shall be made within 10 calendar days after approval of the Final selection (those firms eliminated after pre-selection approval shall also received notification within 10 days). Copies of all SF 254s and SF 255s of all firms, which are not short listed, will be held for 30 calendar days after the notifications are sent out. Two (2) copies of the submittals (SF-255 packages) shall be sent to Ms. Annemarie Walsh, SFCA-NR-ARCC, Room 351, 5418 South Scott Plaz a, Fort Dix, New Jersey.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ15/W911S1-04-R-AE01/listing.html)
- Place of Performance
- Address: ACA, Fort Dix Army Reserve Contracting Center, 5418 South Scott Plaza Fort Dix NJ
- Zip Code: 08640-5097
- Country: US
- Zip Code: 08640-5097
- Record
- SN00541952-F 20040312/040310232318 (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 |