Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2006 FBO #1510
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY-TYPE (MULTIDISCIPLINE)CONTRACT, ABERDEEN PROVING GROUND, MD, BUT MAY BE USED THROUGHOUT THE NORTH ATLANTIC DIVISION

Notice Date
1/12/2006
 
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-05-R-0070
 
Response Due
2/13/2006
 
Archive Date
4/14/2006
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: A-E services are required at Aberdeen Proving Ground, MD, but may be used throughout the North Atlantic Division for an Indefinite Delivery Contract. The size standard for this procurement is $4,000,000.00 average annual r eceipts over the last 3 fiscal years. The North American Industry Classification Code (NAICS) is 541330. This contract will be for $3,000,000.00 with a base and two option periods. An option period may be exercised when the contract amounts for the base period or preceding option period has been exhausted or nearly exhausted. Contract will be firm fixed price. This announcement is open to all businesses regardless of size. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business co ncern, 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 business concerns. At least 20% of the 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 Business (WOSB), 3% shall be pla ced with Hub-zone Small Businesses (HubSB), 3% with Veteran-owned small business and 3% with Service Disabled Veteran-owned small businesses SDVSB). This plan is not required with this submittal. 2. PROJECT INFORMATION: Work may consist of preparation of reports, studies, design criteria, design and other general architect-engineer services for alterations, maintenance, repair, and new construction projects; development of plans, specifications, and cost estimates for individual projects including reno vation, repair or construction of building or building systems, replacement or renovation of utility plants and systems such as heating, air conditioning, ventilation, mechanical, interior and exterior electrical supply and distribution systems; site work including roads, pavements, drainage structures, structural inspections, traffic studies and improvements. The firm shall have the capability to evaluate existing conditions and provide on-site assistance to develop solutions to maintenance, repair and co nstruction requirements; provide economic analyses and engineering feasibility studies. Related services such as furnishing drawings, specifications and cost estimates will also be required. The firm shall have an Architectural lead and shall have the ca pability to provide other multi-discipline engineering services including civil, structural, mechanical, electrical, lighting, plumbing, sanitary, environmental, storm water management, sediment and erosion control, communications voice and data engineerin g, fire protection, landscape architecture, interior designer, cost estimates, asbestos, radon and lead paint surveys, testing and abatement design. Staff shall include registered or certified personnel including certified industrial hygienist. 3. SELECT ION CRITERIA: The criteria which will be the basis for selection of firms are described as the following: (1) The firm should be capable of providing asbestos abatement design services, such as survey, design, contract specifications, cost estimates, an d construction procedures. (2) The firm should be capable of providing lead paint abatement design services, such as survey, design, contract specifications, cost estimates and construction procedures. (3) The firm should be capable of obtaining all nece ssary state permits and providing design services for storm-water management, all sediment and erosion control. (4) Traffic Engineering Services: Provide services for the traffic studies/designs. Firm should be familiar with the current country/state regu lations. (5) All projects that require field site surveys are to be performed by a Registered Professional Land Surveyor. Work shall be tied into installation monument system on Universal Transverse Mercator (UTM) projection and WGS84 datum for horizontal locations. Vertical elevations will be on NAD 88 datum based on Aberdeen Proving Ground monuments. Delivery of surveyed data shall consist of one set of har d copy drawings signed by a Registered Professional Land Surveyor as well as digital files compiled in Microstation (.DGN) format. Files to be delivered on 3-1/2 inch floppy discs or CDs. (6) Capacity to provide simplified concept design for construct ion award through Multiple Award Task Order Contracting (MATOC). Firm should be capable of preparing cost estimates based on R.S. Means. Aberdeen uses the electronic version of R.S. Means  Pulsar. Estimates must be broken down by division number and tit le in accordance to the CSI format and be sufficiently detailed to be effective in evaluating line-by-line contractor proposal. No lump sum items will be acceptable. (7) Capacity to prepare all Engineering drawings using Computer-Aided Drafting/Design (C ADD) Technology. All drawings must follow the A/E/C CADD Standard 2.0 from the CADD/GIS Technology Center for Facilities, Infrastructure, and Environment. Delivery of drawings shall consist of one set of hard copy documents as well as digital files in Mi crostation (.DGN) format. Files to be delivered on 3-1/2 inch floppy discs or CDs. No other CADD format will be accepted. (8) Certain phases of these projects will be restricted to U.S. citizens who can successfully obtain National Agency Check with Inq uiries. Non-domestic owned A-E firms which do not currently possess Industry Security Clearance or cannot divest foreign ownership will not be considered eligible. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested f irms 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 later than the close of business on the 30th d ay 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. On the SF 330, Part I, Block 5, include DUNS number for the prime firm. 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: Mary A. Riche, CENAB-CT, Room 7000, 10 South Howard Street, Baltimore, MD 21201. T echnical questions should be directed to Mr. Ash Narula, Ash.Narula@apg.army.mil APG, MD or (410) 306-1166. Contracting questions can be directed to Mary A. Riche, mary.a.riche@nab02.usace.army.mil or (410) 962-4880. In order to comply with the Debt Collec tion 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 Assi stance 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 h ave two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitations 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: 21201
Country: US
 
Record
SN00965722-W 20060114/060112213657 (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 |
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.