SOLICITATION NOTICE
C -- An Indefinite Delivery-Type (Multi-discipline) contract for Tobyhanna Army Depot, PA, but may be used throughout the North Atlantic Division Region of the U. S. Army Corps of Engineers.
- Notice Date
- 3/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-04-R-0034
- Response Due
- 4/27/2004
- Archive Date
- 6/26/2004
- Point of Contact
- Linda M. Evans, 410-962-2063
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore
(Linda.Evans@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: Architect-Engineer services are required for one (1) Indefinite Delivery-Type (Multi-discipline) contract for Tobyhanna Army Depot, PA, but may be used throughout the North Atlantic Division Region of the U.S. Army Corps of Engineers. This contract will be for a cumulative total of $3,000,000.00. The North American Industry Classification System (NAICS) Code is 541330. The contract will be for a 12-month period and will contain an option to extend for up to two (2) additio nal periods. When multiple contracts for multi disciplinary services exist, task orders will be assigned based on the AE workload, geographic area, and specialized experience and project requirements. Contracts will be firm fixed price. This procurement i s unrestricted. The anticipated award is July 2004. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firms are large business concerns, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 45% total planne d subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Insti tutions; 10% with Women-owned small businesses (WOSB); 3% with Hubzone Small Businesses (HubSB); 3% with Veteran-owned small businesses (VOSB); and 3% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. The type of contract proposed is firm fixed price. 2. PROJECT INFORMATION: Project consists of providing military architectural/engineering/planning services for the preparation of documents in support of master planning activities for Tobyhanna Army Depot, Pennsylvania, and other requirements in the Nor th Atlantic Region. Firms submitting their 255/254 documents must include documentation to show that they have the capability and expertise to perform the required tasks. Firms will be evaluated on their experience with the required services. Firms must demonstrate project experience with such items as: - long and short-range analyses; - surveying, aerial photography, and related mapping; - land use planning; - analysis, assessment of business or manufacturing processes; - capital investment strategies and programs; - DD Forms 1391 and planning charrettes; - Project development brochures; - Utilities and storm water management assessments; - Transportation, traffic assessments and related management plans; - Contingency planning (expansion, contraction, relocation, etc.); - Installation design guides, Urban Design Framework Studies; - Facilities requirements analyses; - Space utilization studies; - Landscape development planning; - ICUZ (noise impact) studies; - Communications/telecommunications planning; - National Environmental Policy Act (NEPA)compliance activities; - Preparation of NEPA documents (environmental assessments, environmental impact statements, etc.); - NEPA public coordination, disclosure procedures; - Natural resources management and planning; - Cultural resources management and planning; - National Historic Preservation Act (NHPA) compliance management and planning (i.e., Sections 106 and 110) procedures; - Experience working with regulatory, review, permitting agencies?????? submission requirements and procedures (planning, historic, environmental, etc.); - TAB updates; - Conduct of public information meetings and workshops; - Physical security, Anti-Terrorism/Force Protection.requirements. The AE shall also be prepared to support development and sustainment of GIS and related databases and networking. Periodic or on-going system maintenance as well as long-term GIS improvement and refinement are potential tasks within this contract. Firms must demonstrate experience with various GIS platforms a nd the Tri-Services Standards. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of descending importance: - Proper and complete submission, with appropriate signatures, of requested/required materials for consideration by the boards. - Recent relevant experience, knowledge and technical competence in military master planning. Military master planning experience shall be in accordance with current Department of the Army master planning regulations and guidance, including AR 210-20, Mas ter Planning for Army Installations, and other references cited therein. - Recent relevant experience and technical qualifications in GIS data development, operation and sustainment, and associated database and network management for multiple users. AE must demonstrate experience in using GIS to maintain the Master Plan as a l iving document. - Capacity of the A/E to accomplish the magnitude of work necessary to support the installation(s) in the processing of facility management, master planning, and programming missions. The A/E must be capable of responding to multiple work orders concurren tly, and be highly skilled and capable of leading in the development, improvement, and sustainment of installation GIS platforms and capabilities. - Qualified professional personnel in the following key disciplines: Urban/community planner; architect, landscape architect, surveyor, GIS expert, GIS technician, CADD expert, cost estimator, ecologist, biologist, economist, archeologist, fire protection specialist, historic and cultural resource analyst. Registered or cer tified professionals are required in the following disciplines??????planning, civil, mechanical, electrical, structural engineering, architecture and landscape architecture. The evaluation will consider overall and relevant experience, education, training , registration, and certification. - Possession of secret clearance and approved secret document storage facilities, or the ability to obtain same. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of SF 255. A SF 255 must be submitted for prime and joint ventures and a SF 254 must be submitted for prime, joint ventures, and consultants to the above address, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business on the next business day. Include the Firm ACASS number on the SF 255, paragraph 3b. On the SF 255, Blo ck 6, provide the ACASS number for each consultant (if available). If your firm does not have an ACASS number, it may be obtained from the Portland District, U.S. Army Corps of Engineers ACASS database by calling (503) 808-4591. On the SF 255, Block 9, p rovide contract award dates for all projects listed in that section. On the SF 255 and SF 254 clearly show the staffing of the office indicated to perform the work. One Pre-selection Board and one Selection Board will be conducted from this solicitation. Telephone interviews will be conducted with the short-listed firms. Submit all responses to: U.S. Army Corps of Engineers, City Crescent Building, ATTN: Linda M. Evans, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Contracting questions may be directed to Linda.Evans@.usace.army.mil or (410) 962-2063. Technic al questions should be directed to Mr. Clifford Kidd, 410-962-3100 Clifford.J.Kidd@usace.army.mil. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be c onsidered for an award of a Federal contract. For information regarding registration in the CCR, please access the CCR web site at http://www.ccr.gov. Other information regarding registration may be obtained through the CCR Assistance Center (CCRAC) at 1 -888-227-2423. A paper form for the registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Bu siness Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency may receive SDB credit when utilizing non-certified SDB contractors or subcontractors. Solicitation packages are not provided for this contract. Answers to questions will be l imited to facts about the Tobyhanna Army Depot and will not include opinions, suggestions, or feedback on ideas related to these projects. This is not a request for proposal.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00555094-W 20040328/040326212428 (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 |