Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2003 FBO #0589
SOLICITATION NOTICE

C -- TITLE: INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR HUBZONE SET ASIDE A/E SERVICES FOR THE DESIGN OF VARIOUS CIVIL/MILITARY PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDRIES

Notice Date
7/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Louisville - Military, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W22W9K-3163-4768
 
Response Due
8/12/2003
 
Archive Date
10/11/2003
 
Point of Contact
Jennifer Anderson, 502-315-6176
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville - Military
(jennifer.j.anderson@lrl02.usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
NA TITLE: INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR HUBZONE SET ASIDE A/E SERVICES FOR THE DESIGN OF VARIOUS CIVIL/MILITARY PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDRIES Contracting Point Of Contact: Jennifer Anderson @ 502-315-6176. GENERAL CONTRACT INFORMATION: This announcement is SET ASIDE FOR HUBZONE Small Businesses. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for a variety of Architect ?????? Engineer services for various milit ary/civil projects primarily within the Great Lakes and Ohio River Division Mission Boundaries. Projects will be awarded by Individual Task Orders not to exceed $750,000 with the maximum contract value being $3,000,000 for the contract. The estimated con struction cost per project is approximately between $100,000 and $20,000,000. The contract period is cumulative and ends three years from date of award. Significant emphasis will be placed on the A/E??????s quality control procedures, as the District wil l perform the Quality Assurance role only. Estimated start date is August 2003. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, via the CRR Internet site at http://ccr2000.com or by contact ing the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Projects may consist of A/E services for horizontal and vertical military or civil works projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; site invest igation of existing conditions; engineering services during construction/construction management services; demolition; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; and techn ical studies/analysis in support of design for new construction and renovation projects at various locations. 3. SELECTION CRITERIA: See Notes 24 and 27 for general selection process information. The specific selection criteria (a through d are primar y and e though g secondary) in descending order of importance are as follows and must be documented with resumes in the SF 255: a) Professional Qualifications: A designer and checker with education and specialized experience in the following fields; arch itecture; civil; geotechnical (soil engineering); structural (independent of civil); mechanical; environmental; and electrical engineering are necessary with at least one in each field professionally registered in the relevant professional field as an engi neer or architect. At least one civil engineer must be registered in the states of Tennessee and Kentucky. Additionally at least one professional qualified by education, registration, certification, and/or training is required in each of the following fi elds; interior design, landscape architecture, fire protection, life safety, and hazardous material inspection and abatement methods. The Interior Designer must be certified by the National Council of Interior Design Qualifications (NCIDQ), a registered I nterior Designer, or a registered architect with five years of experience and training in interior design. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND one of the following: (a) A degree in Fire Protection Engineering from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; OR (c) registration in an engineerin g discipline related to fire protection engineering. The hazardous material inspector must have successfully completed an EPA approved course for building inspectors and asbestos management planner. The evaluation will consider education, certifications, t raining, registration, overall and relevant experience and longevity with the firm. b) Specialized Experience and technical competence in the expected activities identified above (including experience on: design/build projects, projects utilizing ??????Sustainable Design?????? (using an integrated design approach and emphasizing environm ental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in r esource and materials utilization, development of health, safe and productive work environments; and employing the SPiRiT and LEED evaluation and certification methods), anti-terrorism and force protection measures, construction cost estimating using MCAC ES, electronic drawing development utilizing a CADD system (Intergraph Microstation is the preferred format), and design charrettes) as evidenced by the resumes of the personnel assigned to this project. Only resumes identifying the professionalism and sp ecialized experience of the design group is necessary. Other available personnel may be specified in paragraph 10 of the SF255. In addition, a brief Design Quality Management Plan including an explanation of the firm??????s management approach, managemen t of subcontractors (if applicable), quality control procedures (for plans, specifications, design analysis and electronic documents), firm??????s procedures to insure that internal resources are not over committed, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in paragraph 10 of the SF255; c) Capacity to complete the work in the required time with the understanding that this contract will require multiple des ign teams to work individual task orders at various locations simultaneously; d) Past performance on DoD and other contracts with respect to cost control, quality work, and compliance with performance schedules; e) Superior performance evaluations on recen tly completed DoD contracts; f) Knowledge of the locality of the project; g) Volume of DoD contract awards in the last twelve months listed in Block 9 of the SF 255. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to perform this work must submit one copy of the SF 255 (11/92 edition), and one copy of the SF 254 (11/92 edition) for the prime firm and all consultants. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF255. Please identify the ACASS number of t he office performing the work in Block 3b of the SF255. ACASS numbers may be obtained by contacting Portland Corps of Engineers website at: http://nwp.usace.army.mil/ct/i or by contacting Portland Office at 503-808-4591. In Block 10 of the SF 255, descri be the firm??????s overall DQMP. In Block 10 also indicate the estimated percentages involvement of each firm on the proposed team. The SF 255 will be no longer than 125 pages in length (excluding the SF254??????s) and Block 10 will be 20 pages or less in length. Front and back side use of a single page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF255 to this announcement must be received no later than 4:30 p.m. local time o n August 11, 2003. a) It is requested that interested firms list the fee amount and date of all DoD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF255; b) Responding firms must submit a current and accurat e SF254 for each proposed consultant. Additionally all responding firms that do not have a current, (within 12 months) SF254 on file with the North Pacific Division, Corps of Engineers must also furnish a completed SF254. If a SF254 is included only the 11-92 edition on the form will be accepted. The NAICS code is 541330. HUBZone business status should be indicat ed in Block 3 of SF255. c) No other information including pamphlets of booklets is requested or required: d) No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitat ion packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: Jennifer Anderson, 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40201.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville - Military 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00367546-W 20030711/030709213732 (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.