Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2007 FBO #2187
SOLICITATION NOTICE

C -- GENERAL and ENVIRONMENTAL A-E SERVICES US ARMY GARRISON, GRAFENW?HR, GERMANY

Notice Date
11/20/2007
 
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-08-R-0010
 
Response Due
1/7/2008
 
Archive Date
3/7/2008
 
Point of Contact
Marion Weingartner, 011496118162606
 
E-Mail Address
Email your questions to Corps of Engineers, Europe District, Contracting Division
(Marion.Weingartner@NAU02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PUBLIC ANNOUNCEMENT FOR A-E SERVICES: Opening Date: 20 November 2007 Closing Date: 7 January 2008 ANNOUNCEMENT W912GB-08-R-0010 for GENERAL and ENVIRONMENTAL A-E SERVICES US ARMY GARRISON, GRAFENW?HR, GERMANY 1. CONTRACT INFORMATION: The US Army Corps of Engineers, Europe District, hereby solicits for General and Environmental A-E Services to be procured in accordance with the Brooks Act (Public Law 92-582, as amended; 40 U.S.C. 541-544) and Federal Acquisiti on Regulation Part 36. An Indefinite Delivery Contract (IDC) will be negotiated and awarded for one (1) base period, plus four (4) option periods. The cumulative total of all Task Orders for both base and all option periods shall not EXCEED the maximum co ntract value of $7,000,000 per contract. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP). No one Task Order shall exceed the maximum contract value. Up to two (2) contracts will be negotiated and awarded in the second quarter of fiscal year 2008. 2. GENERAL INFORMATION: Multi-Disciplined and Environmental A-E Services are required for general engineering and design of various U.S. military and environmental projects primarily within the US Army Garrison (USAG) Grafenw?hr area of responsibility in Grafenw?hr, Germany, but may include projects anywhere within the USEUCOM area of operation and responsibility. 3. SERVICES REQUIRED: Multi-Disciplined and Environmental A-E Services may be required for, but may not be limited to, the following types of projects: Environmental-related studies, such as Sanitary landfill studies, Geological and hydro geological stu dies; Soil and groundwater contamination studies; Design of Environmental compliance projects, such as Sanitation of landfills, and Contaminated site clean up Sanitary landfill rehabilitation projects, including supervision Erosion control Sampling, analys is and inventory of hazardous substances in buildings. Additional requirements include demolition design, including destructive testing and analysis supervision of excavation and disposal management, pollution prevention planning, asbestos surveys and abat ement design (sampling and analysis for lung penetrating fibers in building insulation materials, including removal design); geographic Information Systems (GIS) ESRI geodatabase deliverables; environmental Management Systems (EMS); design of repair or reh abilitation, maintenance, or new construction projects; engineering and feasibility studies; site investigations and surveys; structural investigations; construction supervision and inspection; threatened and endangered species (TES) surveys and studies; Bentley Micro Station and Microsoft Office compatible deliverables. 4. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance with criteria a and b being essentially equal. a. Specialized Experience and Technical Competence: Submittals must demonstrate the specialized experience and technical competence of the prime firm and all proposed consultants (i.e., joint venture partners, consultants, subcontractors and/or free-lanc e associates), within the last five years in the types of projects specifically indicated above in paragraph 3, SERVICES REQUIRED. Firms must demonstrate experience in sustainable design using an integrated design approach and emphasizing environmental st ewardship, especially 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 mate rials utilization; and development of healthful, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the ke y personnel that demonstrate their experience and training in sustainable design. b. Qualified Personnel: Submittals must identify the qualifications of personnel in the key disciplines of project management, quality control, sustainable design, architecture, civil engineering, environmental engineering, structural engineering, mecha nical engineering, electrical engineering, GIS management/GIS operation, geology, hydrogeology, biology, cost estimating and construction inspection. The evaluation will consider the education, training, certification, overall and relevant experience and l ongevity with the firm for all key personnel. The firm's staff must be capable of certifying that all work is in compliance with U.S. and German laws and regulations. The SUBMITTAL MUST CLEARLY demonstrate the proposed teams experience with, and the abi lity to perform, Auftragsbautengrunds?tze (ABG-2) coordination with German authorities. c. Management Plan: Submittals must include in Blocks D and H of the SF 330 a Management Plan that addresses, as a minimum, the overall comprehensive approach to project management, lines of supervision and communication, and coordination of disciplines to include all consultants. The submittal must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process, and the procedure to ensure high quality products and services are execut ed and completed within cost limitations and in strict compliance with performance schedules. d. Past Performance: Submittals must include five (5) projects relevant to work described in this announcement within the past five (5) years. The evaluation will consider performance on DoD and other contracts with respect to cost control, quality of wo rk, and compliance with performance schedules, as determined from PPIRS and other sources. e. Capacity: Submittals must demonstrate the capability to perform at least three large task orders simultaneously within normal and or accelerated schedules. A large task order is defined as up to $1,000,000 in A-E fees. The evaluation will consider t he experience of the firm and all consultants, with similar projects and the availability of an adequate number of personnel in key disciplines to execute and complete the anticipated projects. The evaluation will consider the key personnel identified in Blocks D, E and G of the SF330, as well as other available staff identified in Block H and Part II. f. Knowledge of Locality: Submittals must demonstrate familiarity with the Europe District's Area of Responsibility (AOR) and have demonstrated experience in Germany. Firms that demonstrate familiarity within the USAG Grafenw?hr area of responsibility, particularly Grafenw?hr, Vilseck, and Hohenfels, may be rated higher for this factor. 5. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit one (1) hard copy of Standard Form 330 to include the prime firm, consultants, subcontractors, and joint ventures to the address below not later than 1 600 Central Daylight European Time on the closing date of this announcement. In addition to the hard copy, one (1) electronic version of all data shall be provided on CD-ROM in a format that allows word searching capability. Joint Ventures must clearly i dentify their intention to form a legal joint venture partnership, but are not required to provide documentation of legal agreements until contract award. Submissions received after the closing date will be considered late IAW FAR 15.208. Required forms m ay be obtained on the Internet at: http://www.gsa.gov/. Forms must be complete and current. The prime A-E, to include all consultants, subcontractors, joint ventures is to submit only one SF 330 Part I Contract Specific Qualifications. Each Branch Offi ce, consultant, subcontractor, Joint Venture, etc., identified as part of the design team must complete a separate Part II General Qualifications. Firms may be rejected f or submitting incomplete SF 330s, or for incorrect or missing elements. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anti cipated work, including all partners or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time employees of the firm, consultants or free-lance. P lease note that Block F of SF330 shall include only ten (10) example Projects that best demonstrate the firms qualifications rather than example Contracts. Do not include promotional brochures, advertisements, and or other extraneous material in the submis sion. This is not a Request for Proposal. Include the firms primary point-of-contact, e-mail address, telephone number and facsimile number in the submittal. NOTE: Firms sending submittals from outside Germany via air courier or postal service should s tate the content value to be no cost or zero cost. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Increased security measures may delay access to the Europe District in the Amelia Earhart Building. Therefore you are advised to provide for early delivery of submittals. Firms are encouraged to personally deliver submittals or use a delivery system tha t documents the date and time of receipt and recipient. Submittals will not be accepted via e-mail. Firms responding to this announcement are advised to inform one or more of the points-of-contact below so that receipt of submittals by the closing date a nd time can be confirmed. It is very important that submittals be properly addressed as follows: a. For United States or Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Elaine Gray, Contracting Officer) A-E Announcement W912GB-08-R-0010 CMR 410, Box 7 APO AE 09096 b. For German or International postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Elaine Gray, Contracting Officer) Box 7 A-E Announcement W912GB-08-R-0010 Konrad-Adenauer Ring 39 65187 Wiesbaden, Germany 6. POINT OF CONTACT for additional information: Ms. Elaine Gray-Frasure, Contracting Officer, CENAU-CT, 7th Floor AEC Konrad-Adenauer Ring 39, 65187 Wiesbaden, Germany Email: Elaine.S.Gray@usace.army.mil Phone: 011-49-611-816-2429 (from U.S.); (0)611-816-2429 (within Germany) Fax: 011-49-611-816-2618 (from U.S.); (0)611-816-2618 (within Germany) THE POINT OF CONTACT FOR THIS ANNOUNCEMENT IS: Ms. Elaine Gray-Frasure, Contracting Officer, Email: Elaine.S.Gray@usace.army.mil
 
Place of Performance
Address: US Army Corps of Engineers, Europe District, Contracting Division, Box 7 Konrad-Adenauer-Ring 39, 65187 Wiesbaden Wiesbaden AE
Zip Code: 65187
Country: DE
 
Record
SN01455911-W 20071122/071120224017 (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 |
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.