Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2002 FBO #0384
SOLICITATION NOTICE

C -- Architect-Engineer Services New York District Indefinite Delivery Contract #187 for primarily Master Planning for various military installations, primarily within the New York District's boundaries

Notice Date
12/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
FEDBIZOPS-03-352-0004
 
Archive Date
3/22/2003
 
Point of Contact
Ina Ohrwashel, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(Ina.J.Ohrwashel@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Scope of services required: Multi-disciplined A-E services are required for the preparation of master plans, installation design guides, range and training land development plans, privatization studies, and project programming related documents. Servic es required will include but are not limited to the following: Comprehensive Master Plans, Installation Real Property Master Planning, Range & Training Land Program Development Plan, Infrastructure Assessments & Studies, Programming Documents, Requirements Documents, DD Form 1391 Preparation, Project Development Brochures (PDB), Planning & Design Charrettes, Parametric Designs & Estimates, Installation Design Guides or Architectural Compatibility Standards, Planning & Design Manuals, Facility Utilization Su rveys & Studies, Privatization Studies (for housing and utilities), Transportation Planning Studies, Traffic Studies, Life Safety Improvement Studies, Environmental Documentation (including environmental baseline, environmental impact assessments, NEPA and ICUZ studies), Aerial & Ground Topographic Surveys, and Subsurface Surveys. This contract will be for a base period of up to 12-months, with two option periods of up to 12 months each period. The contract amount (base period plus 2 option periods) will n ot exceed $3,000,000 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 exe rcise the option 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 exhaust ed), all negotiated 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 contract, all negotiated task orders should use the labor rates from the 2nd option period. The Government?s obligation is to guarantee a minimum amount of payment of $ 20,000 for the basic period, and $10,000 for each option period.At least One (1) A/E firm will be selected from this announcement. At the time of the Final Selection board, it may be determined that two (2) A/E firms will be selected from this announcement. If two (2) firms are to be selected, the IDC #?s will be 187A and 1 87B. Technical capability required: Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure quality control. The (Prime) firm must identify in their submittal the quantity and number of personnel in each d iscipline available in their working office. A QA/QC plan must be included in the submission. Qualified professional personnel in the following disciplines are required: Military Master Planners, Architects, Interior Designers, Landscape Architects, Hist oric Architects, Archeologists, Civil Engineers, Electrical Engineers, Structural Engineers, Mechanical Engineers, Fire Protection Engineers, Environmental Engineers, Biologists, Sustainability Specialists, Graphic Designers, CADD Operators, Land Surveyors , Aerial Photographers, and Cost Estimators. Senior Project personnel should be registered. Special Qualifications: Experience with military master planning and design is preferred. Firms are required to indicate experience (preferably at military installations) with the services as mentioned in the above scope of services. Specialized experie nce required includes the following: Preparation of presentations or briefings, visual or graphic presentations (including models and renderings), and cost estimates using both PACES and M-CACES Gold Cost Estimating program. Responding firms should indicat e their ability to utilize Dr. Checks review system. In additi on, firms must be able to submit all appropriate deliverables in the latest versions of MicroStation and/or AutoCAD, MS Word, MS Excel, and MS Access. Closing date for submitting SF255: The closing date will be shown in the FedBizOpps website: http://www.fedbizopps.gov The closing date is shown as Original Response Date. If this date falls on a Saturday, Sunday, or Holiday the closing date wi ll be on the next business day. Firms must submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance: A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary for satisfactory performance of required services. 3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time. 5. Knowledge of the locality in the general geographical area of NY District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to su bmit from any geographical area. 6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and h armful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consulta nts that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. B. Secondary Selection Criteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2. Geographic Proximity in relation to location of project. 3. 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 busines, Veteran owned small business service disabled veterans owne d small business, HUBZone small business and small disadvantaged business and women-owned small business concerns and firms tha have not had prior DOD contracts Approximate start date of contract: September 2003 Approximate completion date of contract: September 2006 Small business, veteran-owned small business, service-disabled veteran-owned small business,HUBZOne small business, small disadvantaged business, and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. Firms which have not previously applied for New York District projects and firms which do not have a current SF254 on file with the New York District should submit two of the SF254 with this initial response to CBD announcement. Firms usi ng consultants sho uld submit copies of the SF254 for their consultants. a) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and th at the firm may request a debriefing. b) The A/E?s request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. c) Debriefing(s) will occur within 14 calendar days after receipt of the written request. d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-M Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123.
 
Place of Performance
Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00227170-W 20021221/021219213821 (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.