Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOLICITATION NOTICE

C -- ARCHITECTURAL AND ENGINEERING (A-E) SERVICES FOR THE NASHVILLE DISTRICT CORPS OF ENGINEERS AND OAK RIDGE Y-12 FACILITIES, OAK RIDGE, TN

Notice Date
2/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-04-R-0009
 
Response Due
3/15/2004
 
Archive Date
5/14/2004
 
Point of Contact
Beryl Newsome, 615-736-7933
 
E-Mail Address
Email your questions to USA Engineer District, Nashville
(Beryl.C.Newsome@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The Nashville District Corps of Engineers under a nationwide agreement with the National Nuclear Security Administration (NNSA) will provide architectural and engineering design services and construction contract administrati on support at the Oak Ridge, TN facility. Contract may also be used for similar type work in the Nashville District and within the boundary of the U. S. Army Corps of Engineers Lakes and Rivers Division. One (1) contract will be awarded to perform archi tectural, electrical, mechanical, structural and civil engineering services. Primary use of this contract will be for architectural and general site development design tasks at the Oak Ridge Y-12 facilities. The contract period will be for three years wi th work issued by negotiated firm-fixed priced task orders. The estimated amount of the contract will not exceed $3,000,000.00. The minimum guarantee under the contract will be $60,000.00. Responding firms must have demonstrated experience in architectu ral, electrical, structural, mechanical, and civil engineering fields. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a sub contracting plan on that part of the work it intends to subcontract. 2. PROJECT INFORMATION: Tasks may include but are not limited to studies, reports, estimates, development of design criteria, plans and specifications for repair of existing facilities , and design of new facilities. All CADD services must be compatible with Microstation Version 8.0. 3. SELECTION CRITERIA: See note 24 for general A-E selection process. The A-E selection criteria are listed below in descending order of importance. C riteria a - e are primary. Criteria f - h are secondary and will only be used as tiebreakers among technically equal firms. The firms submitting must clearly demonstrate their experience in the following areas: a) Specialized experience and technical co mpetence of the prime firm and any subcontractors in working at the Oak Ridge Y-12 facility. A single point of contact between the A-E and the government project manager must be clearly identified. b) Professional qualifications of the key project manage ment and technical personnel to be assigned to the contract. Performance of the work will require the following disciplines: (1) architects, (2) electrical engineers, (3) mechanical engineers, (4) civil/structural engineers, and (5) technicians. Evaluat ion factors will also include effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors. Evaluation factors will include the education, training, experience, and registration of thes e personnel. c) Past performance and experience on DOD, DOE, and other contracts with respect to cost control, quality of work, and compliance with schedules. d) Capacity of the firm to accomplish the work. Work will often require simultaneous action on several task orders at any one time. Capability to respond to these tasks in a quick and effective manner must be demonstrated. e) Knowledge of the locality in terms of special site conditions, geology, construction costs, and building code requirements . f) Extent of participation of Small Businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimate d effort, g) Geographical proximity of the office responsible for task order negotiations and production of the work in relationship to the NNSA, Oak Ridge facilities. h) Volume of Department of Defense contracts awarded in the last twelve months as descr ibed in Note 24. 4. SUMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work m ust submit two copies of an updated SF 254 and two copies of an SF 255. A current SF 254 is required of all contractors team members. The contract team will designate one office as the office to manage and execute work under the contract and will present numbers of personnel by discipline in THAT OFFICE ONLY in addition to presenting the teams overall disciplines. The prime contractor will clearly identify those tasks to be performed in-house as well as those tasks to be performed by other team members. Include the firms ACASS number in SF 255, Block 3b. Also, the business size status (small and/or minority) should be indicated in SF 25, Block 3b. Definition: A firm is considered small business if the annual receipts averaged over the past 3 fiscal ye ars do not exceed $4.0 million per year. The NAICS code is 541310, Building Architectural Design Services. The contractor will show the office location of each key person listed on Block 7 of the SF 255. Experience identified in Block 8 should not be mo re than 10 years old. Material presented in block 10 of SF 255 should be carefully edited and should not present information previously conveyed in blocks 7 and 8. In Block 10 of SF 255, state why your team is specifically qualified based on the selectio n evaluation criteria. The submittal will include a description of the teams quality control plan and an organization chart formatted by disciplines, not tasks. Only the SF 254 and SF 255 packages will be reviewed. Cover letters and extraneous material a re not desired and will not be considered in the official selection process. For ACASS information call 503-808-4591. Firms submitting SF 254 and SF 255 by the closing date will be considered for the work. Faxed copies of the SF 254 and SF 255 will not b e accepted. No other general notification to firms under consideration for this work will be made and no further action is required. This is not a request for proposal. All contractors must be registered in the Central Contractors Register in order to b e considered for award on any newly awarded government contract. Information on the registering process can be found on the Internet at http://www.ccr2000.com then go to subtopic Central Contractor Registration or by calling 1-888-227-2423 for help. For S F 254 and SF 255 submittal by express mail, the delivery address is: U.S. Army Corps of Engineers, Estes Kefauver Building, 110 Ninth Avenue South, Nashville, Tennessee 37203, ATTN: CELRN-CT, Beryl C. Newsome, Room A-604. Email address: Beryl.C.Newsome@ usace.army.mil Phone: 615-736-7933
 
Place of Performance
Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
Country: US
 
Record
SN00521623-W 20040214/040212212737 (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.