Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2004 FBO #1082
MODIFICATION

C -- C--Army Engineers District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090. Amendment to FedBizOps Solicitation Number 04-236-0006 IDC M-800 (Picatinny)

Notice Date
11/10/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
FEDBIZOPS-04-236-0006
 
Response Due
11/19/2004
 
Archive Date
1/18/2005
 
Point of Contact
Scott Helmer, 212-264-9118
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(scott.m.helmer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment #6 to FedBizOps Solicitation Number 04-236-0006 This modification is provided to clarify the requirements for IDC M-800 (PICATINNY) and provide an all inclusive SOW. A-E firms who previously submitted an SF 330 for IDC M-800 (PICATINNY) and intend to use their existing submittal will need to state this in a letter and submit it to Stephen DiBari, P.E., US Army Corps of Engineers, 26 Federal Plaza, Room 2037, New York, NY 10278 A-E firms who previously submitted an SF 330 for IDC M-800 (PICATINNY) and intend to supplement or revise their submission are required to submit a new SF 330. A-E firms who have not submitted an SF 330 may apply. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E act as implemented in FAR Subpart 36.6. Architect-Engineering services using unrestricted open competitive procedures. The number one (1) ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of preparing planning documents, design documents, cost studies, investigations, reports, perform surveys, provide monuments and reports for various facilities. See section 2 below for further description of the required services. One (1) A/E firm will be selected from this announcement. This contract will be for a base period of up to 12-months, with two(2) option periods of up to 12 months each period. The contract amount (base period plus 2 option periods) will not exceed $3,00 0,000 and will not exceed $1,000,000 per period. Individual task orders will not exceed $1,000,000. This contract will include 2 option periods under the same terms and conditions as the basic contract. The Government has the right to exercise the optio n period after the monetary limit is reached for the base period and prior to the expiration of the time period (365 calendar days). Within this period of time (from the time the option is exercised up until the 365 calendar days is exhausted), all negoti ated task orders should use the labor rates from the base period, until the 365 calendar days expire. After the 365 calendar days expire, the negotiated rates for 1st option period will be used. Similarly, 730 calendar days after award of the initial con tract, all negotiated task orders should use the labor rates from the 2nd option period. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The Gov ernments obligation is to guarantee a minimum amount of payment of $20,000 for the base period and $10,000 for the option periods. Task orders will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. Labor rates of each discipline, overhead rates and escalation factors for each calendar year will be negotiated. The approximate award date of this contract is March 2005. The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr .gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The selected A-E firm shall have the ability of preparing planning documents, cost studies, investigations, and reports; perform surveys; provide monuments and reports for various projects to include, but not limited to rehabilitation of military & adminis trative, buildings, laboratories, transportation facilities. Projects may also include construction of new facilities and buildings and unique additions to exi sting buildings and facilities. The selected A-E firm shall also have the ability to prepare RFPs for design-build type projects. These projects will be designed in conformance with COE regulations and DoD design standards. Firms should have the abilit y to design buildings using Anti-Terrorism/Anti Explosive safety design capabilities. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Primary Selection criteria: a. Specialized experience and technical competence: 1. Demonstrated experience in preparing planning documents, cost studies, investigations, reports, performing surveys, providing monuments and reports for various projects to include, but not limited to rehabilitation of transportation facilities, building s, HVAC systems and utility systems. 2. The firm must identify a Licensed Fire Protection Engineer for this contract and have working knowledge with Unified Facilities Criteria (UFC) 3-600-01, dated 17 April 2003, updated 16 Jan 2004, Fire Protection for Facilities. 3. A qualified fire protection engineer is required for projects, which involve design or modification of fire detection, fire suppression, or life safety systems. 4. Demonstrated experience working with Fire Protection criteria shall conform to the requirements of the UFC 3-600-01, the National Fire Codes, published by the National Fire Protection Association (NFPA), specifically NFPA 101, Safety to Life from Fire in Buildings and Structures, 2000 edition, except as modified within the UFC 3-600-01; and portions of the Uniform Building Code (UBC), published by the International Conference of Building Officials, as specifically referenced within UFC 3-600-01. Additional criteria includes portions of theLoss Prevention Data Sheets, published by Factory Mutual Engineering Corporation (FM), as specifically referenced within UFC 3-600-01. 5. Demonstrated experience with United Facilities Criteria (UFC) DoD Minimum Antiterrorism Standards for Buildings UFC 4-010-01 8 October 2003 United Facilities Criteria (UFC) Design (FOUO): DoD Minimum Standoff Distances for Buildings UFC 4-010-02 8 October 2003 6. Demonstrate project experience with HVAC systems, roofing, plumbing, electrical, foundations, roadway work, Civil/site work and utility systems. 7. Demonstrate the ability to conduct surveys to find asbestos contamination. 8. Demonstrate the ability to prepare a plan for the removal of existing asbestos and its replacement with a substitute material. 9. Demonstrate the ability to acquire all necessary design and construction permits prior to award of a construction project, including environmental permits for air contaminants, stream encroachments, treatment work approvals, etc. 10. Demonstrate ability to produce Cost Estimates in M-CACES. 11. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area. 12. Demonstrated experience with Army maintenance and repair projects 13. Demonstrated capability to produce multiple task orders simultaneously 14. Produce quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience o f the prime firm and any significant subcontractors on similar projects. 15. Indicate ability to use Dr. Checks review system. 16. Production of drawings (CADD) to be accomplished in the latest versions of Microstation and/or AutoCAD. 1 7. Preparation of Specifications and design analyses using the latest version of MS Word. 18. Plans and Specifications in Electronic Bid Solicitation (EBS) format. 19. Provide specification sections in Portable Document Format, (.pdf) 20. Provide Contract Design files in Continuous Acquisition and Life-Cycle Support format, (.cal) b. Qualified personnel in the following key disciplines: 1. Project Manager 2. Civil Engineering 3. Structural Engineering 4. Mechanical Engineering 5. Fire Protection Engineering 6. Electrical Engineering 7. Qualified Fire Protection Engineers (see below for qualifications) 8. Architecture 9. Geotechnical Engineering 10. Cost Estimating 11. Environmental Engineering 12. Certified Asbestos abatement specialists 13. Certified Industrial Hygienist 14. Land Surveyors 15. Draftsperson/CADD Operator The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. The A/E is required to have a N.J. registered professional engineer available for all projects. A qualified fire protection engineer is defined as an individual meeting one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering, and a registered professional engineer (P.E.), from an accredited university engineering program, plus a minimum of 5 years work experience in fire pr otection engineering. 2) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEE) fire protection engineering written examination. 3) A registered P.E. in a related engineering discipline with a minimum of 5 years experience dedicated to fire protection engineering. All senior project personnel are required to be licensed/registered in the state of New Jersey c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined by ACASS and other sources. d. Capacity to perform approximately $ 1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. e. Knowledge of the locality in the general geographical area of Picatinny Arsenal and the NY District, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms a re encouraged to submit from any geographical area. Secondary Selection criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract t eam, measured as a percentage of the total estimated effort. g. Geographic proximity in relation to location of Picatinny Arsenal, N.J. h. 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 business, Veteran-owned small business, service-disabled small business, HUBZO NE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web-site: http: //www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 The forms can be downloaded into a .pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF 330 Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages. Limit Resumes in Section F of the SF 330 to 1 page per person. Supplemental information on the SF330 is posted on the NY District website: http://www.nan.usace.army.mil/ Submit the completed SF330s to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037. Attn: Ms. Maureen Smith, CENAN EN M. 212-264-9104. Submittals will not be accepted after 5:00 pm on the original response date show n in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Due to tightened security around 26 Federal Plaza, please allow additional time to gain entry into the building. Facsimile transmissions of the SF330 will not be accepted. For technical questions regarding this contract, contact Steve DiBari, at 212-264-9123
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00707116-W 20041112/041110212236 (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.