Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2004 FBO #0850
MODIFICATION

C -- An Indefinite Delivery Contract for Architect and Engineering (A-E) Services to Support the Directorate of Public Works Program, US Army Garrison, Fort Buchanan, Puerto Rico.

Notice Date
3/23/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-04-R-0030
 
Response Due
4/28/2004
 
Archive Date
6/27/2004
 
Point of Contact
Judy F. McMichael, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile
(judy.f.mcmichael@sam.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION: Architect-Engineering (A-E) Services are required for an Indefinite Delivery Contract to Support the Directorate of Public Works Program, US Army Garrison, Fort Buchanan, Puerto Rico. This announcement is Total Small-Business Se t-aside. A small business A-E firm is defined as a firm which has average annual receipts over the past three (3) years of no more than $4,000,000. The contract will be awarded for a term not to exceed a total of five (5) years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $1,250,000 over the five-year term of the contract. The Government intends to initially award the contract for $250,000, with the reserved ri ght to modify the contract amount to the full $1,250,000 value during the five-year term of the contract. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding proce dures, but rather upon the professional qualifications necessary for the performance of the required services. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330. PROJEC T INFORMATION: Specific projects are not known at this time but are expected to include renovation/repair projects, such as, building renovations and additions, site and utility work, preparation of project definition and programming documents, environment al permit applications, and miscellaneous Operation and Maintenance projects. The selected firm must have the capability to perform topographic surveys and subsurface investigations. The vast majority of the work will be at Fort Buchanan, however work may also include some projects in Puerto Rico outside of Fort Buchanan at other locations that may be assigned to the Directorate of Public Works, US Army Garrison, Fort Buchanan. No travel cost or Per Diem will be allowed for work performed at Fort Buchanan. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru E are primary. Criteria F is secondary and will only be used as tie-breakers among te chnically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Architect; (2) Landscape Architect; (3) Interior Design (registered architect with specialized experience in interior design, registered interior designer or NCIDQ certified interior designer) with evidence of experience by both the firm and key personnel in comprehensive interior design, including space planni ng, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations; (4) Civil Engineer; (5) Mechanical Engineer; (6) Electrical Engineer; (7) Structural Engineer; (8) Geotechnical Engineer; (9) Environmental Engineer; (10) Surveyor; (11) Fire Protection Engineer; (12) Safety Engineer; (13) Cost Engineer; (14) Engineers registered in the US or Puerto Rico who are knowledgeable of environmental permits and have experience in dealing w ith all permitting agencies at various levels of government in Puerto Rico, for applying for and obtaining the required permits for construction projects. The evaluation will consider education, registration, and relevant experience in the type work requir ed. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. Submit no more that three resumes for the fol lowing disciplines: Architect, Civil, Mechanical, Electrical, and Structural Engineers, submit no more than two resumes for the other identified disciplines. B. Specialized Experience and Technical Competence: Additional evaluation factors are provided in order of importance: (1) Experience in design of military projects, both new and rehabilitation, including production of programming documents, plans, and speci fications; (2) Architectural Design for military, government, and commercial buildings; (3) Experience preparing programming and final construction cost estimates; (4) Comprehensive Interior Design for Government projects including space planning and appli cable Code of Federal Regulation rules, pre-wired workstations, furniture specifications, and knowledge of the acquisition process including applicable FAR and funding limitations; (5) Technical competence and experience using the International Building Co de (IBC); (6) Interim Department of Defense Antiterrorism/Force Protection Construction Standards and Army Security Engineering Manuals TM 5-853-2 and -3; (7) Experience in preparing permit applications for the various permitting agencies in Puerto Rico; ( 8) Performance of topographic mapping in accordance with A/E/C CADD Standards;(9) Preparing contract drawings using AUTOCADD software; (10) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an org anizational chart, quality assurance, project cost control, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $50,000 individual task orders simultaneously; D. Past Per formance: Past performance on previous contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Knowledge of Locality: Specific knowledge of local conditions such as geological features, climatic conditions, lo cal construction methods, local material and labor costs and availability, and local laws and regulations F. Geographic Location: Geographic location with respect to Fort Buchanan, Puerto Rico. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms h aving the capabilities to perform this work are invited to submit one (1) completed bound paper copy of their SF 255 Architect-Engineer and Related Services Questionnaire for Specific, Project for themselves and one (1) completed paper copy of their SF 254 for themselves and one for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. George V. Poiroux, 109 St. Joseph Street, Mobile, AL 36602. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 28 April 2004. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 1 5.412 will be followed for submittals received after the closing date of this announcement. In Block 2b include RFP Number and in Block 3a list two (2) principal contacts of firm. Include ACASS number in Block 3b of the SF 255. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must in dicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A project specific design quality c ontrol plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Response to Block 10 is limited to 25 pages. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 03 May 2004. As required by acquisition regulations, interviews for the purp ose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. Visits by A-E firms to discuss this solicitation are not allowed. To be eligible for contract award, a firm must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr .gov/. URL http://www.sam.usace.army.mil/ E-mailto:cesam.plansroom@sam.usace.army.mil U.S. Army Corps Of Engineers - Mobile, ATTN: CESAM-EN-DW, Mr. George V. Poiroux, (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00552524-W 20040325/040323212147 (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.