Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2004 FBO #1074
MODIFICATION

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL AND GENERAL ENGINEERING SERVICES

Notice Date
11/2/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-05-R-0004
 
Response Due
12/2/2004
 
Archive Date
1/31/2005
 
Small Business Set-Aside
N/A
 
Description
DISREGARD REGISTRATION INSTRUCTIONS. NO SOLICITATION DOCUMENT WILL BE ISSUED, THEREFORE, IT IS NOT NECESSARY TO REGISTER. INTERESTED PARTIES PLEASE SEE PARAGRAPH 4. SUBMISSION REQUIREMENTS BELOW. POC: Robert M. Bencal, (215) 656-6606 1. CONTRACT INFO RMATION: The Philadelphia District, U.S. Army Corps of Engineers (USACE) intends to award a one (1) year Indefinite Delivery Contract for Architectural and General Engineering Services, with options for up to two (2) additional twelve (12) month periods. T he cumulative total of all task orders for the base and the option periods shall not exceed $3,000,000.00. The cumulative amount of all task orders in either the base period or in each of the two option periods, will not exceed $1,000,000.00. Options may b e awarded at the discretion of the Contracting Officer based on reaching the dollar limit or the time period. 2. PROJECT INFORMATION: The selected firm will be used primarily for Architectural and General Engineering type services. The work under these con tracts will primarily be in support of Military Installations, Civil Works, and the Work for Others Program, and missions assigned to the Philadelphia District. Most work will be within the Philadelphia Districts boundaries. The Districts boundaries incl ude portions of the States of Pennsylvania, New Jersey, New York, Maryland, and Delaware. Work may be required outside of these boundaries. Primary work under this contract will involve but not be limited to: the design of construction, renovations, repair s and additions to institutional and industrial facilities. Other secondary work may include the design of construction, renovation, repair and addition to: residential, commercial, and recreational facilities. Types of related work including but not limit ed to highway, other paved surfaces, utility system, site work, interior design, and landscaping shall be a part of both the primary and secondary work. Both primary and secondary work shall include: architectural, civil, structural, mechanical, electrical , fire protection, geotechnical, interior design, support during construction, and landscaping. Other related work shall include historical preservation, life safety analysis, Americans with Disabilities Act (ADA) conformance, economic and life cycle cost analysis, planning, site investigations, design analysis, claims analysis, schedule preparation, surveying, studies, reports, and expert witness efforts. The Third level of work under this contract shall include but not be limited to: preparation of concep t, preliminary and detailed designs for the removal/remediation/abatement/restoration of facilities and/or areas with environmental hazards including soil and groundwater, lead paint, asbestos, PCBs, and other contaminated wastes. Professional qualificati ons in the Primary areas shall include but not be limited to: architect, civil, geotechnical, structural, mechanical, electrical, fire protection engineers, landscape architect, interior designer, surveyor, specification writer and cost estimator for these efforts. Technical support, including drawing production, and other related efforts shall be required. Secondary professional qualifications for other related and secondary design efforts shall include but not be limited to: environmental engineer, enviro nmental scientist, certified industrial hygienist, biologist, geologist, chemist, hydrology, hydraulic engineering. Technical support, including drawing production, graphics, and other related efforts shall be required. Responding firms shall indicate thei r experience with the Automated Review Management Systems (ARMS), the Corps of Engineers M-CACES Gold cost estimating system, the U. S. Army Corps of Engineers Computerized Specifications (SPECSINTACT), and the production of drawings and graphic data in Co mputer aided Drafting and Design system (CADD). The contractor must be able to supply completed products in IBM PC compatible software. The contractor shall adh ere to the Tri-Service spatial Data Standards. The firms must be qualified in the work areas described and be familiar with the requirements and regulations of the Corps of Engineers, the Building Codes, EPA, and other agencies that have jurisdiction. 3. S ELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience of the firm in the primary types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (2) Specialized experience of the firm in the other, secondary and third level types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Professional qualifications necessary for satisfactory performance of required services; (4) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) Past performance on relevant Depa rtment of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consideration; (6) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the p roposed contract team, measured as a percentage of the estimated effort; (7) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 (revised 6/04) for the prime firm and for each consultant to: U.S. Army Corps of Engineers, Philadelphia Distric t, Wanamaker Building, Room 702, 100 Penn Square East, ATTN: Robert M. Bencal, Philadelphia, PA 19107-3390 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 the next business day. All contractors are advised that registration in the Department of Defense (DOD) Central Contractor Registration (CCR) Database is required prior to the award of a contract. Failure to be registe red in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov or you may call the CCR Assist ance Center at (888) 227-2423 or email dlis_support@dlis.dla.mil (available 24 hours, 7 days a week). As a part of this submittal, it is required that all responding firms clearly present billing amounts for all U.S. Army Corps of Engineers work as well as all other Department of Defense work for the 12 months preceding this announcement. As a requirement for negotiations, the selected contractor(s) will submit for government approval, a quality control plan that will be enforced through the life of the con tracts. The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to Government requests for proposal information, documentation, etc. in accordance with established schedules. The NAICS Code is 541310 with a size standard of $4,000,000.00. Include ACASS number in Block 11 of Section C (on the SF 330) for the prime firm. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. This is not a request for proposals. No other notification to firms for this project will be made.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00702699-W 20041104/041102212003 (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.