SOLICITATION NOTICE
C -- MASTER PLANNING AND DESIGN SERVICES WITHIN EUCOM??????S AOR U.S. ARMY CORPS OF ENGINEERS, EUROPE DISTRICT
- Notice Date
- 2/3/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB-04-R-0022
- Response Due
- 3/5/2004
- Archive Date
- 5/4/2004
- Point of Contact
- Charles Buechele, 011496118162429
- E-Mail Address
-
Email your questions to Corps of Engineers, Europe District, Contracting Division
(charles.buechele@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for Architect-Engineer Services prepared in accordance with the format in Subpart 36.601-1, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion; proposals are being requested and a written solicitation will not be issued. 1. TYPE OF CONTRACT: The Europe District, US Army Corps of Engineers, hereby solicits for Master Planning A-E Services Indefinite Delivery Contracts (IDCs), procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regul ation Part 36. It is anticipated that up to four (4) IDCs will be negotiated and awarded, each with a period not to exceed three years. The amount of work in the contract will not exceed $3,000,000. Work will be issued by negotiated firm-fixed-price or labor-hour task orders not to exceed the base contract amount. Each contractor will be afforded a fair opportunity to be considered for each task order. The Contracting Officer will consider the following factors when awarding a task order: uniquely spec ialized experience, performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, and equitable distribution of work among the contractors. 2. PROJECT INFORMATION: Multi disciplined A E services are required for miscellaneous master planning, facility master planning, programming, and minor design throughout the EUCOM Area of Responsibility (AOR), which includes, but may not be limited to, E urope, the Middle East, Africa, and the former Soviet States. The anticipated usage for these contracts will include, but not be limited to, all types of CADD/GIS mapping, CAD/GIS data migration/consolidation, data linkage, database development, database migration/consolidation, data scanning and archiving, comprehensive master plans, installation real property master planning, infrastructure assessments, programming documents, DD Form 1391 preparation, planning & design charrettes, project economic and ma rket analyses, housing market analyses, designs, priority improvement projects, installation design guides, interior design, planning and design manuals, Facility Utilization Surveys, security and anti-terrorism/force protection studies, life safety improv ements and Americans with Disabilities Act (ADA) surveys, housing studies, housing community plans, information management master plans, medical master plans, privatization studies, environmental impact assessments, baseline studies, planning and designs f or the Department of Defense Dependent Schools (DODDS), summary development plans, stationing plans and code and regulatory comparisons. The agency is the U.S. Army Engineer District, Europe. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria A-E are primary. Criteria F and G are secondary and will only be used as tiebreakers among technically equal firms. A. Specialized experience and Technical Competence. Specialized experience and technical competence within the last 5 years in the type of work required must be demonstrated. 1) Experience of the prime firm and its joint venture partners, consultants and/or subcontractors in the types of projects listed above in paragraph 2, Project Information. 2) Management Plan: Firms must provide, in Block 10 of SF 255, an overview of their proposed Management Plan. This plan must show, as a minimum, detailed lines of supervision, coordination and communication, working relationships between teams, particu larly joint venture partners and/or consultants, the firm??????s management approach, quality control procedures and schedule maintenance procedures. 3) CADD Capability: Firms must have capability to provide all project mapping and data on electronic media in a format compatible with Bentley Microstation Versions SE, J, & 8, with non graphic data 1 00% compatible with Oracle Version 8.0 or higher and Microsoft Access 2000 or higher. A summary of the firm's CADD capability must be included in Paragraph 10 of SF 255. Word processing and spreadsheets shall be in a format compatible with Microsoft Offi ce products. B. Qualified Personnel. Qualified professional personnel are required in the following disciplines: Architects, Master Planners, Interior Designers, Landscape Architects, Civil Engineers, Electrical Engineers, Industrial Engineers, Registered Communica tions Distribution Designers, Structural Engineers, Mechanical Engineers, Technicians, CADD Operators, CADD Managers, Database Administrator, Graphic Designers, Environmental Scientists and Land Surveyors. These professionals should have experience in pro ject categories listed in paragraph 2, Project Information. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. C. Past Performance. Firms must provide data to demonstrate past performance on US Government, Department of Defense and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS a nd other sources. Specific examples of recent project performance are desirable. D. Capacity. Firms must demonstrate the necessary capacity to perform approximately $1,000,000 in work of the required type in a one year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines listed in paragraph 3B, Qualified Personnel. E. Knowledge of Locality. Firms must demonstrate familiarity with EUCOM AOR, primarily at U.S. military installations in Europe. F. Volume of Work. Firms must provide the volume of US Department of Defense or other US Federal contract awards in the last 12 months. G. Geographic Proximity. Firms located in the general geographic vicinity of the Europe District AOR will be given preferential consideration if this criterion is used. 4. SUBMISSION REQUIREMENTS: Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: 1) a current Standard Form 254, Architect-Engineer and Related Services Questionnaire for the prime contractor and eac h joint venture partner, consultant or subcontractor (submit a separate SF 254 for each firm); 2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project (one SF 255 for the entire team); and 3) any requested suppl emental data. Standard Forms can be obtained from various web sites. Submit this data to the address below such that it arrives not later than the close of business (1600 hours) on the date indicated on the top of this announcement. Include the firm???? ??s ACASS number in SF 255, Block 3b, if applicable. Firms responding to this announcement after the closing date will not be considered for selection. Following an initial evaluation of the qualification and performance data submitted, three or more fir ms that are considered to be the most highly qualified to provide the type of services required, will be ranked for negotiation. Clearly specify whether you are submitting as a prime with consultants/subcontractors, or as a joint venture. PLEASE NOTE: Firms sending submittals from outside Germany via air courier service should state the content value to be ??????NO COST?????? or zero. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. Th e Europe District is not responsible for such delays, which affect late receipt of submittals. Also, please be aware that heightened security measures may delay access to the Amelia Earhart Building. You are advised to provide for early delivery of your submittals. ADDRESS SUBMITTALS TO: OR: Commander Commander U.S. Army Corps of Engineers, U.S. Army Corps of Engineers Europe District Eu rope District Attn: CENAU-EC-E (Kemsley) Attn: CENAU-EC-E (Kemsley) CMR 410, Box 2 Konrad-Adenauer Ring 39, Room 817B APO AE 09096 65187 Wiesbaden, Germany POINT OF CONTACT for additional information: Mr. Blaine R. Kemsley, CENAU-EC-E E-mail: blaine.r.Kemsley@usace.army.mil Phone: 011-49-611-816-2287 (from U.S.); (0)49-(0)611-816-2287 (within Europe) Fax: 011-49-611-816-2730 (from U.S.); (0)49-(0)611-816-2730 (within Europe) PLEASE NOTE ALL PROPOSALS ARE DUE BY 4 PM; CENTRAL EUROPEAN TIME; FRIDAY MARCH 5, 2004
- Place of Performance
- Address: Corps of Engineers, Europe District, Contracting Division Konrad-Adenauer Ring 39 Wiesbaden, Germany .
- Zip Code: D-65187
- Country: DE
- Zip Code: D-65187
- Record
- SN00514972-W 20040205/040203212338 (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 |