Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2002 FBO #0077
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER SERVICES, INCLUDING DESIGN AND CONSTRUCTION PHASE SERVICES, VARIOUS LOCATIONS IN THE NEW ENGLAND DISTRICT, CORPS OF ENGINEERS AREA OF RESPONSIBILITY

Notice Date
2/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New England - Civil Works, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
DACW33-02-R-0009
 
Response Due
3/18/2002
 
Archive Date
4/17/2002
 
Point of Contact
Michelle Kewer, 978-318-8414
 
E-Mail Address
Email your questions to US Army Engineer District, New England - Civil Works
(michelle.a.kewer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA An Indefinite Delivery Indefinite Quantity contract for Architect-Engineer Services Including Design and Construction Phase Services, Various Locations Within the New England District, Corps of Engineers? Area of Responsibility (Vermont, New Hampshire, Mai ne, Massachusetts, Connecticut and Rhode Island). 1. CONTRACT INFORMATION. One contract will be awarded for one base year (period) with the possibility of two option periods not to exceed one year each. The base year plus option periods have a ceiling amount not to exceed $500,000.00 each. An option period may be exercised at the discretion of the Government before expiration of the previous period. The maximum amount for each task order will not exceed $150,000.00. This acquisition is 100% set-aside for small business concerns. The applicable NAICS code for this procurement is 541330 with a Small Business Size Standard of $4,000,000.00. 2. PROJECT INFORMATION: Different engineering assignments at various locations in the Corps? New England Distric t, which could include various design and/or construction phase services requiring licensed design professionals in the civil, mechanical, electrical, structural, and architectural disciplines. Expertise in hydrology, hydraulics (with knowledge and experi ence with applicable computer programs such as HEC RAS, HEC HMS, Dambreak etc), and environmental engineering is also desirable. 3. SELECTION CRITERIA: Selection Criteria for this contract is listed in descending order of priority: a. The firm must have on its staff, or provide through a consultant(s), professional engineers with demonstrated expertise in all those disciplines listed above. The firm must also have staff (or provide through a consultant[s]), personnel with professional registration in al l six New England states (ME, NH, VT, MA, CT, and RI). Firms not demonstrating these requirements will be disqualified from further consideration. b. Firm must have professional expertise and specialized experience on a wide variety of engineering proje cts (to include flood damage reduction and control, environmental restoration, natural resource management, stream bank and shoreline protection, navigation maintenance and improvement, support to military facilities and installations, and engineering and construction support to other government agencies). c. The firm must have the capacity to accomplish the work in the required time. d. The firm must possess a good record of past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Firms must demonstrate previous experience in preparing construction cost estimates with Micro Computer Aided Cost Estimating System (MCACES) and Life Cycle Cost Analysis methodology. The firm shall also demons trate experience in the development of construction contingencies based upon the knowledge of Risk Analysis and level of design detail. f. Firms should have capability to provide all deliverables in MicroStation SE CADD software, release 5 or higher, elec tronic digital format. The Government will only accept this format, without conversion or reformatting, in the target CADD software format and on the target platform specified herein. The target platform is a PC/Workstation with an Intel compatible centr al processing unit and a Windows NT Version-4.0 operating system. Advanced application software used in preparing drawings shall be delivered in Intergraph INROADS or Intergraph Project Architect electronic digital format. g. Firms must demonstrate knowl edge of preparing specifications for construction contracts using a personal computer based software package. All specifications for Corps of Engineer (COE) contracts will be prepared using COE Guide Specifications and SPECSINTACT. 4. SUBMISSION REQUIREM ENTS: Interested firms having the capabilities to perform this work must submit three copies of SF 255 (11/92 edition), and three copies of SF 254 (11/92 editi on) to the above address not later than the close of business on 18 March 2002. Three copies of SF 254 are also required for each proposed consultant (it should be noted that SF255s are not required for proposed consultants. Include ACASS number in Secti on 2b. of the SF255. Call the ACASS Center at 503-808-4591 to obtain a number. In Section 10 of the SF 255 describe the firm's overall design quality management plan, including management approach, coordination of disciplines and subcontractors, and qual ity control procedures which must include an independent technical review. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, New England - Civil Works 696 Virginia Road, Concord MA
Zip Code: 01742-2751
Country: US
 
Record
SN00027413-W 20020217/020215213217 (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.