SOLICITATION NOTICE
C -- Architect-Engineer Services for One Indefinite Delivery Value Engineering Contract for the Baltimore District
- Notice Date
- 6/16/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-04-R-0041
- Response Due
- 7/15/2004
- Archive Date
- 9/13/2004
- Point of Contact
- Sharon L. Roland, (410) 962-0191
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore
(sharon.roland@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Architect-Engineering services required for one Indefinite Delivery Type Contract, Value Engineering (VE) for the Study of Projects for Baltimore District. This procurement is set aside for small business. The applicable NAICS code is 541330 whic h has a size standard of $4,000,000 in average annual receipts. The contract will be for one 12-month period and will have an option to extend the contract for two additional periods of 12 months. The contract for this base period will not exceed $500,00 0. Each option period will not exceed $500,000. The wages and benefits of service employees (see FAR 22.10) performing services under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. PRO JECT INFORMATION: Projects may be of military, environmental or civil works type. The selected contractors will conduct each study in accordance with the job plan of SAVE, International. A report, in paper and electronic form, of the recommendations of t he Value Engineering team with detailed life-cycle-cost analyses and sketches will be delivered within 8 calendar days of completion of each study. The firm shall have at least two each: Certified Value Specialists; architects; engineers in the field of m echanical, electrical, civil, structural, sanitary, and environmental; and cost estimators. The architects and engineers shall each be professionally registered in their designated field. The cost estimators shall have demonstrated proficiency in the use of MCACES and a minimum of ten years of documented full-time experience dedicated to cost estimating. The estimators will be required to use the new Corps of Engineers 32-bit estimating system MII when it deploys during the life of the contract. Certific ation from AACE, RICS, ASPE or similar is a plus. The firm shall: a. Provide narrative description of its process for assembling a multi-disciplinary team, conducting the study, preparing the study report including quality control measures employed, deliv ering the report in the time frame outlined above, and presenting the report content to the client, b. Provide narrative description of three best Value Engineering Studies performed within the last year. Include report extracts as deemed appropriate. SE LECTION CRITERIA: The criteria will take into account the location of the firm, which must be in the general geographical area of the Baltimore District Office. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. The selection crite ria are listed below in order of descending importance. Interested firms being able to perform this work must submit SF 255 for the prime and SF 254 for the prime and for each consultant to the above address not later than 15 July 2004. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. We require only one copy of a proposal (SF255/SF254). We will require that short listed firms submit extra copies of their proposals. The Baltimore District does not retain SF 254s on file. We will conduct telephone interviews with firms short-listed (usually 3 firms). Mailing address U.S. Army Corps of Engineers, ATTN: Sharon L. Roland, Room 7000, 10 South Howard Street, Baltimore, MD 21201. For questions, call (410) 96 2-0191 or write via Internet, sharon.roland@usace.army.mil. In order to comply with Debt Collection Improvement Act of 1966, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a federal contract. For information regarding registration, contact: CCR Web site at http://www.ccr.gov. Solicitation packages are not provided. This is not a request for proposal. Note 24. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architecture-Engineer and Related Services Questionnaire, (2) a Standard Form 255. Architect Engineer and Rela ted Services Questionnaire for Specific Project, when requested, and (3) any requested supplemental data to the procurement office shown. Firms have a current Standard Form 254 on file with the procurement show are not required to register this form. Fir ms desiring to register for consideration for future projects administered by the procurement office (subject to specific requirements for individual projects) are encouraged to submit, annually a statement of qualifications and performance data utilizing Standard Form 254, Architect Engineer and Related Services Questionnaire. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms considered to be the most highly qualified to provide the type of services require d, will be chosen for negotiation. Selection of firms for negotiation shall be through an order or preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, tha t include: (1) Professional capabilities: (2) specialized experience and technical competence, as required: (3) capacity to accomplish the work in the required time: (4) past performance on contracts with respect to cost control, quality of work, and compl iance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) any other sp ecial qualification required under this announcement by the contracting activity. In addition to the above, special qualifications in the Department of Defense include the volume of work previously awarded to the firm by the Department of Defense, with th e object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms including small and small disadvantage business firms, and firms that have not had prior Department of Defense co ntracts.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00604650-W 20040618/040616212403 (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 |