SOLICITATION NOTICE
C -- TWO INDEFINITE DELIVERY-TYPE (MASTER PLANNING)CONTRACTS WITHIN THE BALTIMORE DISTRICT, BUT MAY BE USED THROUGHTOUT THE NORTH ATLANTIC DIVISION.
- Notice Date
- 5/25/2007
- 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-07-R-0051
- Response Due
- 6/26/2007
- Archive Date
- 8/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is being set-aside for 8(a), HubZone and Service Disabled Veteran Owned Businesses. We intend to award Two Five(5)year Indefinite Delivery-Type (Master Planning) Contracts, Baltimore District, but may be used throughout the North Atl antic Division, to the most highly rated firms amongst these categories. 1. CONTRACT INFORMATION: The contracts will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This announcement is restricted to qualified 8a, HU BZone, and Veteran Owned Service Disabled prime firms. Firms shall submit evidence that they are 8a, HubZone, and Veteran Owned Service Disabled. Two Indefinite Delivery Type-Contracts will be awarded for the North Atlantic Division, which includes: Conne cticut, Delaware, District of Columbia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, and West Virginia. Each contract will be for five years with a total contract capacity of $5,000,000 .00 each. Individual task orders will not exceed the total contract amount. Firms will be selected for negotiation based on demonstrated competence and qualification for the required work. The North American Industry Classification Code (NAICS) for thi s requirement is 541330, which has a size standard of $4,000,000 in average annual receipts. These contracts are firm fixed-price. This announcement seeks planning, architectural, and engineering services for all aspects of master planning for military ins tallations. Small design projects that result from the master planning efforts may also be initiated under this contract. Vertical designs will be undertaken by other existing AE contracts. 2. PROJECT INFORMATION: Whereas this announcement is for master planning services, the prime shall be a master planning firm that identifies a team with other master planning firms either through joint venture or prime and consultant arrangement for additional required disciplines. Firms submitting their SF 330 docume nts will be judged on their experience with the required services. Firms must demonstrate project experience with such items as: facilitating planning charrettes, DD forms 1391, military master planning to include long range component, short range componen t, capital investment strategy, installation design guides, area development plans, site investigations; surveying and aerial photography and related mapping; land use planning; capital investment program strategies; project development brochures; utilitie s and storm water management studies; transportation and traffic studies; facilities requirements analyses; space utilization studies; landscape development plans; building information schedules; ICUZ studies (noise impact); communication plans; energy pla ns; fire and life safety studies; National Environmental Policy Act (NEPA) compliance, including preparation of environmental studies (EA) or impact (EIS) analyses, and associated NEPA public disclosure & coordination procedures, natural and cultural resou rces management planning and National Historic Preservation Act (NHPA) compliance management planning (i.e., Section 106 and 110 procedures); experience with the National Capital Regulatory Agencies and their submission procedures, i.e., National Capital P lanning Commission, Commission of Fine Arts, Advisory Council on Historic Preservation, State Historic Preservation Offices, etc.; TAB updates, conduct public information meetings; and anti-terrorism and force protection and quality of life programs. Capa bility, knowledge and experience in development and sustainment of geographic information systems (GIS). The A/E must have multidisciplinary design capability for small design projects that result from Master Plans and from pre-design studies. 3. SELECTI ON CRITERIA: The specific selection criteria in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Recent rele vant experience and technical competence in military master planning and design. Military master planning experience shall be in accordance with current Department of the Army master planning regulations and guidance, including AR 210-20, Master Planning f or Army Installations, and other references cited therein. Specific expertise is required in facilitating design charrettes and public meetings, performing long and short-range analyses; surveying and aerial photography and related mapping; land use plann ing; capital investment program strategies; preparation of DD forms 1391, TAB updates, and anti-terrorism and force protection and quality of life programs. Experience preparing and coordinating the following plans is required: traffic studies and manageme nt plans; installation design guides; facilities requirements analyses; space utilization studies; landscape development plans; building information schedules; ICUZ studies (noise impact); communication plans; energy plans; fire and life safety studies, pr oject development brochures; and utilities and storm water management studies. Additionally, expertise will be required in preparing and coordinating regulatory documents such as environmental studies (EA) or impact (EIS) analyses to comply with National Environmental Policy Act (NEPA); cultural resources management plans and compliance management planning (i.e., Section 106 and 110 procedures) to comply with National Historic Preservation Act (NHPA). Experience with GIS. The A/E must have experience in designing small projects that result from master planning and from studies; b) Capacity of the A/E to accomplish the magnitude of work necessary to support the Installations in the processing of their facility management, master planning and programming mi ssions. The A/E must be capable of responding to multiple work orders concurrently; c) Qualified professional personnel in the following key disciplines: master planner, urban/community planner, architect, landscape architect, surveyor, senior GIS speciali st, GIS technician, CADD technician, cost estimator, ecologist, biologist, archeologist, and historic and/or cultural resource manager. Registered or certified professionals are required in the following disciplines: planning, civil, mechanical and electri cal engineering, architecture, and landscape architecture. The evaluation will consider overall and relevant experience, education, training, registration and certification of the key personnel; d) Recent relevant experience in the Washington DC Metropoli tan area with respect to coordinating with local, state, an d Federal regulatory agencies i.e., National Capital Planning Commission, Commission of Fine Arts, Advisory Council on Historic Preservation, State Historic Preservation Offices, etc; e) Previous IDC experience, specifically the ability to handle multiple project areas and numerous delivery orders without impact to the projects; f) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with perform ance schedules; g) Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit Part I and Part II of the SF 330 for the prime and joint venture(s). Part II of t he SF 330 must be submitted for each consultant to the address below, no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers , City Crescent Building, ATTN: Charlene V.Brown, Room 7000; 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Frank A. Cirincione, P.E., at (410) 962- 4170. Contracting questions can be directed to Ms. Brown (410) 962-5626 or charlene.v.brown@usace.army.mil. These forms shall be submitted to the above address not later than 4:00 PM, LOCAL TIME on June 26, 2007. Four copie s of the SF 3 30 submission are required. The SF 330, Part I shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 11 font. No other information, including pamphlets or booklets is requested or required. Fac simile transmissions will not be accepted. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. NOTE: In order to maintain total objectivity in the A/E selection process, telephone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be sch eduled. This is not a request for proposal.
- 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
- SN01303594-W 20070527/070525221449 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |