SOLICITATION NOTICE
C -- Architect-Engineering Services are required for one Indefinite Delivery-Type (Multidiscipline)contract for activities supported by the USACE, Baltimore District, Realty Services Field Office.
- Notice Date
- 12/19/2005
- 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
- W912DR06R0014
- Response Due
- 1/17/2006
- Archive Date
- 3/18/2006
- Small Business Set-Aside
- N/A
- Description
- Architect-Engineer services are required for one (1) Indefinite Delivery-Type (Multidiscipline) contract for activities supported by the US Army Corps of Engineers, Baltimore District, Realty Service Field Office. The contract will be for a five (5) year period. Contract will be firm fixed priced. The total contract amount is $3,000,000.00. The anticipated award is approximately April 2006 and is open to all businesses regardless of size. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, 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% of the total planned subcontracting dollars shall be placed with small bu siness 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 Institutions, 10% with Women-owned small businesses (WOSB), 3% shall be placed with HubZone Small Business (HubSB), 3% with Veteran-owned small business and 3% with Service Disabled Veteran-owned small businesses. The subcontracting plan is not required with this submittal. The North American Industry Classifica tion Code (NAICS) is 541330. For small business purposes the size standard is $4,000,000.00 average annual receipts over the last 3 fiscal years. PROJECT INFORMATION: The services that may be required will consist of, but not be limited to one or more of the following: Design and/or Feasibility Studies for new structures, various repairs, alterations and/or improvements to offices, laboratories, M edical Facilities, Warehouses, and other existing facilities; Building condition reports; Rehabilitation of historic buildings and structures; design of security systems, Project Management and Inspection Services for Construction projects; Auto CADD Servi ces; Environmental Surveys, Reports, Studies, Designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products and Lead Base paint; HVAC Replacement; ADA; Master Planning documentation and DD 1391 preparation. SELECTION CRITERIA: See Note 24 for general A-E selection process. The following are the selection criteria in descending order of importance: (a) PROFESSIONAL QUALIFICATIONS: Key management personnel and personnel in each discipline mus t possess valid TOP Secret Clearances. The Firm must possess an Industrial Security Facility Site clearance of TOP SECRET. The proposed design team(s) must also possess registered personnel with experience in the following disciplines: architecture, civil, environmental, electrical, geo-technical (soils engineer), land surveying, mechanical, fire protection, sanitary, and structural. In addition, the design team(s) will also require experienced personnel in the following areas: Construction Inspection and Quality Assurance, Estimating, IT/Telecommunications, Surveying, Testing, Interior Design, Construction Management, CADD, Maintenance, Security, HTRW, and Specifications. A Certified Industrial Hygienist (CIH) must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate MUST be included with Part I of the SF 330. Address the proposed method of carrying out the work to meet the anticipated project requirements. Non-domestic owned A-E firms which do not currently possess Indus try Security Clearance or cannot divest foreign ownership will not be considered eligible. All personnel working under this contract must be U.S. citizens. (b) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address the experience of the proposed design team(s) by providing specific examples of projects in a wide variety of multi-discipline design projects and studies as listed above. Indicate work completed under current and/or recently completed Indefinite Delivery Contracts. Include Contract number(s ), Point(s ) of Contact, telephone number(s) and e-mail addresses. Firms must indicate in Part I of the SF 330 their Computer resources on and knowledge of the following items; (1) Accessibility to and familiarly with the Whole Building Design Guide (WBGS), the U.S. Green Buildings Council Leadership in Energy and Environmental Design (LEED) ratings, the Construction Criteria Base (CCB) System and, specifically, the Unified Facilities Criteria (UFC) documents; (2) Unified Facilities Guide Specifications; (3) U.S. Arm y Corps of Engineers (USACE) publications; (4) Cost estimates using both R.S. Means CostWorks and MCASES Systems; and (5) Must possess in-house AutoCADD 2004 and MicroStation V8 capabilities. Firms must have familiarity with International Building Codes (I BC) and experience working with physical security (SCIF), electromagnetic shielding (Tempest), and force protection (AT/FP) aspects of architectural, civil, structural, mechanical and electrical design projects. (c) CAPACITY TO ACCOMPLISH WORK. Firms mus t address the ability of the design team(s) to complete projects within mandatory time frames, including multiple Task Orders under an IDC. Provide specific examples of such in Part I of the SF 330. A proposed management plan shall be presented that incl udes an organization chart indicating all key personnel, including security clearances, to be utilized under this contract. (d) PAST PERFORMANCE. Provide examples of Past Performance on project specific work (within the past 5 years), including past and/ or current IDC's, with the Department of Defense (DOD) and other Government Agencies and/or private industry. Provide letters of evaluations and/or recognition by other clients. Provide specific examples of multi project management, on time delivery, cost control, and estimating performance on past projects under IDCs. (e) LOCATION: Location of the firm within the general geographical area of the Baltimore / Washington, D.C. metropolitan area, as response time for certain projects may be critical. (f) VOLUME OF WORK. Provide the volume of DOD and other Government Agency contracts awarded in the past 12 months and/or currently being performed (include both the design fee and estimated construction value). SUBMISSION REQUIREMENTS: See Note 24 for gener al submission requirements. Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s) and Part II of the SF 330 must be submitted for each consultant to the address below, no late r 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. Include the firms ACASS number for the prime firm, i f available, on the SF 330, Part I, Block B. On the SF 330, Part I, Block C, provide the ACASS number of each consultant, (if available). If your firm does not have an ACASS number, it can be obtained from the Portland District Corps of Engineers ACASS database by calling (503) 808-4591. On the SF 330, Part I, Block F, provide title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Chris Mountanos, Rm 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to William.C.RanikinIII@nab02.usace.army.mil or 443-479-5656. Contracting questions can be directed to chris.mountanos@us.army.mil or 301-604-6955. In order to comply w ith the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or wan t to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. 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
- Record
- SN00954793-W 20051221/051219212155 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |