Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2012 FBO #3700
SOURCES SOUGHT

C -- IDC ARCHITECH & GENERAL ENGRG SVCS

Notice Date
1/9/2012
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU12R0013
 
Point of Contact
Sandra G Fletcher, Phone: 215-656-6915
 
E-Mail Address
Sandra.G.Fletcher@usace.army.mil
(Sandra.G.Fletcher@usace.army.mil)
 
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. This procurement was previously posted under Request for Proposal Number W912BU-12-R-0008 on 8 December 2011. The Philadelphia District, U.S. Army Corps of Engineers intends to award up to two (2) Indefinite Delivery Contracts for Architectural and General Engineering Services. Each contract will be for a base period with options for up to four (4) additional periods. A contract period shall not exceed 12 months. The maximum task order is not expected to exceed $1,000,000.00. The cumulative amount of all task orders is estimated to be about $1,000,000.00 in either the base or any of the option periods. The cumulative total for the base and the option periods shall not exceed $5,000,000.00. An option will be awarded at the discretion of the Contracting Officer based on reaching the value limit first and then reaching the time limit. 2. Project Information: The selected firm will be used primarily for Architectural and General Engineering type services. The work under these contracts will primarily be in support of Military Installations, but may include Civil Works, Work for Others Program, and/or other missions assigned to the Philadelphia District. Most work will be within the Philadelphia District boundaries. Those boundaries include 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 for construction, renovation and/or alteration to institutional, industrial, commercial, residential, and recreational type facilities. Secondary work will include the design for the repair and maintenance to institutional, industrial, commercial, residential, and recreational type facilities. Types of related work includes but is not limited to highway, other paved surfaces, electrical power and other utility systems, site work, interior design, and landscaping and shall be a part of both the primary and secondary work. Both primary and secondary work shall include: architectural, civil, structural, mechanical, direct digital controls (DDC), electrical, fire protection, sanitary, geotechnical, interior design, storm water management, security, support during construction, landscape design, LEED and enhanced commissioning support. Other work shall include Anti-Terrorism/Force Protection, historic preservation, life safety analysis, Americans with Disabilities Act (ADA) conformance, economic and life cycle cost analysis, planning, site investigations, design analysis, energy analysis, claims analysis, schedule preparation, surveying, GIS support, studies, reports, and expert witness efforts. The third level of work under this contract shall include but not be limited to: preparation of concept, 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, PCB's, and other contaminated wastes. Professional qualifications in the Primary and Secondary areas shall include but not be limited to: architect, mechanical, electrical, engineering/project management, power qualified engineers, interior designer, fire protection engineer, structural, civil, highway engineers, hydrology, structural, geotechnical, landscape architect, LEED AP, enhanced commissioning support, surveyor, specification writer and cost estimator for these efforts. Technical support, including drawing production, and other related efforts shall be required. Professional qualification for the third level work shall include but not be limited to: environmental engineer, environmental scientist, certified industrial hygienist, biologist, geologist, chemist, and hydraulic engineering. Technical support, including drawing production, graphics, and other related efforts shall be required. Responding firms shall have experience and indicate their qualification with the following: the automated Document Review and Checking System (Dr. Checks); the Corps of Engineers M-CACES 2 nd Generation (MII) cost estimating system; the U. S. Army Corps of Engineers Computerized Specifications (SPECSINTACT); the production of drawings and graphic data in AutoCAD and Micro Station systems of computer aided drafting and design system (CADD); and the development and use of Building Information Models (BIM). The Contractor shall adhere 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 U.S. Army Corps of Engineers, Air Force, Army, Building Codes (IBC, State, and Local), EPA, and other agencies which have jurisdiction. Codes shall be those enforced at the time of award. 3. Selection Criteri a: 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 Department 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 proposed 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 Parts I and II (revised 6/04) for the prime firm and Part II for each consultant to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 7 th Floor, 100 Penn Square East, ATTN: Paul Bacani CENAP-EC-EMC, Philadelphia, PA 19107-3390 not later than the close of business on the 30 th day after the date of this announcement. If the 30 th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of 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 registered 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 Assistance Center at (888) 227-2423. As part of this submittal, it is required that all responding firms clearly present billing amounts for all 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 contracts. The Contracting Officer reserves the right to terminate negotiations, with firms that do not respond to Government requests for proposals, information, documentation, etc. in accordance with established schedules. The NAICS Code is 541310. This is not a request for proposals. No other notification to firms for this project will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU12R0013/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Pennsylvania 19107-3390!!, Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN02651215-W 20120111/120109234443-630f19d8f3e7f6d16453da2c513a5ba2 (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.