Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2004 FBO #0947
SOLICITATION NOTICE

C -- Indefinite Delivery Contract - Design of Various Military, Architectural & Engineering Projects Primarily at Defense Supply Center Columbus, Columbus, Ohio & Various Military Projects W/I the Great Lakes & Ohio River Division Mission Boundaries

Notice Date
6/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-04-R-0031
 
Response Due
7/28/2004
 
Archive Date
9/26/2004
 
Point of Contact
Jennifer Anderson, 502-315-6176
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(jennifer.j.anderson@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL CONTRACT INFORMATION: The NAICS code for this procurement is 541330. The proposed services will be obtained by negotiated Firm Fixed Price Contracts and will be for military activities at Defense Supply Center Columbus, OH (DSCC). Projects will be awarded by Individual Delivery Orders (normally expected to be $100,000 or less), and individual delivery orders will not exceed the maximum contract value of $1,500,000. The estimated construction cost per project is approximately between $100,00 0 and $2,000,000. The contract period is cumulative and ends three years from date of award. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals for Louisville District are 57.2% to Small Business, 10.0% to Small Disadvantaged Business , 10.0% to Women-Owned Small Business, 3.0% for Hubzone Small Businesses, and 3.0% to Service-Disabled Veteran-Owned Small Business. These percentages are applied to the total amount of subcontracted dollars. To be eligible for award, a firm must be regist ered in the Central Contractor Registration (CCR) database via the CCR internet site at: http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Some projects may require partnering with the selected firm whic h could require the selected A/E to attend an approximate one-day partnering meeting to define the User's expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. Significant emphasis will be p laced on the A/E??????s quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is November 2004. 2. PROJECT INFORMATION: Predominate activities are expected to require disciplines in architecture and the engineering fields of mechanical, fire protection, electrical, structural and civil. However, multi-discipline technical teams must be available as necessary for the preparation of facility master planning documents and/or plans, specifications, construction cost estimates and/or technical studies in support of such projects as a) building design, renovation, additions, alterations and repairs to incl ude items as painting, window and door replacement, and roof repairs and/or replacements; b) structural analysis and design (includes seismic analysis); c) mechanical systems, HVAC and plumbing; d) electrical systems, alarms, controls, interior/exterior li ghting and distribution systems; e) fire protection systems; f) anti-terrorism and force protection measures; g) site surveying; h) hydraulic and hydrology analysis; i) geotechnical (soils engineering) activities; j) road design, paving and resurfacing; k) site work including layout, grad ing and drainage; l) water and waste water distribution and treatment; m) interior space planning and design to include pre-wired work stations; n) landscape planting and design; o) corrosion prevention and control; p) engineering during construction services, e.g. preparation of record drawings, or the checking/review of shop and working drawings, and preparation of O & M manuals, etc.; q) survey, analysis, and abatement design for hazardous materials encountered in building demolition and renovation , i.e. PCB's, asbestos, and lead in such forms as electrical appurtenances, painted surfaces, floor tiling, pipe insulation and roofing felts may be encountered; Lead based paint and asbestos sampling/analysis/abatement design and air monitoring during aba tement/construction process; r) military community master planning and facility project development. Metric design, (in whole or in part), and electronically developed drawings in AUTOCADD or MICROSTATION format may b e required for any or all authorized projects. A laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be availab le for hazardous material testing as needed, the laboratory may be identified at the time the task order is negotiated. Some work in enclosed/confined spaces may be required. 3. SELECTION CRITERIA: The specific selection criteria (a through d being primary and e through g secondary) in descending order of importance are as follows and must be documented with resumes in the SF330. The evaluation will consider education, certifi cations, training, registration, overall and relevant experience and longevity with the firm. Professional Qualifications: a) A designer and checker with education, training, and specialized experience in architecture, landscape architecture, civil, geote chnical (soils engineering), structural (independent of civil), mechanical, fire protection and electrical engineering are necessary with at least one in each field professionally registered. Additionally, two professionals qualified by education, registr ation, certification, and/or training in the following fields are required: anti-terrorism force protection, interior design, industrial hygiene, hazardous material inspection and abatement methods, topographic surveyors, military community master planning , and facility project development are necessary. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) A degree in Fi re 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 engineering discipline related to fire protection e ngineering. The Interior Designer must be certified by the National Council of Interior Design Qualifications (NCIDQ), a registered Interior Designer, or a registered architect with five years of experience and training in interior design. The hygienist m ust be a Certified Industrial Hygienist (CIH) as certified by the American Board of Industrial Hygienist (ABIH). The hazardous material inspector must have successfully completed an EPA approved course for building inspectors and asbestos management planne rs. b) Specialized Experience: Specialized experience and technical competence in the expected activities identified above as evidenced by the resumes of the personnel assigned to this project; only resumes identifying the professionalism and specialized experience of the design group are necessary. Specialized experience and technical competence in design/build projects, projects utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewardship, with experience i n 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 resource and materials utilization, d evelopment of health, safe and productive work environments; and employing the SPiRiT and LEED evaluation and certification methods), must be demonstrated. Other available personnel may be specified in paragraph 10 of the SF 330. In addition, a brief Des ign Quality Management Plan including an explanation of the firm??????s management approach, management of subcontractors (if applicable), quality control procedures (for plans, specifications, design analysis and electronic documents), firm??????s procedu res 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 Block D of the SF330. In Bloc k H also indicate the estimated percentages involvement of each firm proposed. c) Capacity to complete the work in the required time. d) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performa nce schedules. e) Knowledge of the locality as it pertains to geological features, environmental and climatic conditions, and local design and construction methods used on projects at DSCC; f) Volume of DOD contract awards in the last 12 months; g) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of the SF 330 Part I for the prime and all proposed consultants. The GSA SF 330 forms are available at http://www.gsa.gov/ in fillable PDF an d FormNet electronic formats under the About GSA tab. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF 330. Release of firm status will occur within 10 days after the approval of any selection. Pl ease identify ACASS number of the office performing the work in Part I of the SF 330. ACASS numbers may be obtained by contacting U.S. Army Corps of Engineers, Portland, OR at 503-808-4591, or by contacting the website at: http://nwp.usace.army.mil/ct/i. The SF 330 will be no longer than 100 pages in length (excluding the Part II of the SF 330) and Block H will be 2 pages or less in length. Front and back side use of a single page will count as two pages. All responses on an SF 330 to this announcement must be received no later than 4:00 p.m. local time on July 28, 2004. No other information including pamphlets or booklets is requested or required; no other general notification to firms under consideration for this project will be made. Facsimile tran smissions will not be accepted. Solicitation 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 Lu ther King, Jr., Pl., Room 821, Louisville, KY., 40202.
 
Place of Performance
Address: Defense Supply Center Columbus (DSCC) 3990 East Broad Street Columbus OH
Zip Code: 43213
Country: US
 
Record
SN00611361-W 20040630/040628212227 (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.