SOLICITATION NOTICE
C -- Indefinite Delivery Contract for Design of Various Military, Architectural and Engineering Projects at Defense Supply Center Columbus, Ohio and Various Military Projects within the Great Lakes and Ohio River Division Mission Boundaries
- Notice Date
- 4/7/2008
- Notice Type
- Presolicitation
- 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-08-R-0029
- Response Due
- 5/9/2008
- Archive Date
- 7/8/2008
- Point of Contact
- Denise Gill, 502-315-6188
- Small Business Set-Aside
- 8a Competitive
- Description
- 1. GENERAL CONTRACT INFORMATION: The NAICS code for this procurement is 541330. The proposed services will be obtained by negotiated Firm Fixed Price and will be primarily for military activities at Defense Supply Center, Columbus Ohio (DSCC). This contract may also be used in support of other various mlitary projects within the Great Lakes and Ohio River Division Mission Boundaries. 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. The maximum cumulative contract value is $750,000.00. The estimated construction cost per project is approximately between $100,000 and $2,000,000.00. The contract period is cumulative and ends three years from date of award. The top ranked firm will be awarded the contract. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. This announcement is restricted to 8a set aside firms. To be eligible for award, a firm must be registered 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 which could require the selected A/E to attend an approximate one-day partnering meeting to define the Users expectations of the A/E, create a positive working atmosphere, encourage open communications and identify common goals. Significant emphasis will be placed in the A/Es quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is May 2008. 2. PROJECT INFORMATION: Predominant 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 include items such 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 lighting 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, grading and drainage; l) water and wastewater distribution; m) interior space planning and design to include pre-wired work stations; n) landscaping planting and design; o) corrosion protection 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. PCBs 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 abatement/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 be required for any and all authorized projects. A laboratory accredited in Bulk Asbestos Fiber Analysis by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be identified at the timethe task order is negotiated. Some work in enclosed/confined spaces may be required. 3. SELECTION CRITERIA: The specific selection criteria (a through d are primary and e through f are secondary) in descending order of importance are as follows and mustbe documented with resumes in the SF 330: a) Professional Qualifications: A resume for one designer and one checker in the following fields: architecture, landscape architecture, civil, geotechnical (soils engineering), structural (independent of civil), mechanical, fire protection and electrical engineering are necessary with at least one in each field professionally registered in the relevant professional field as an engineer or architect. One resume for an Interior Designer is required and must be certified by the National Council of Interior Design Qualifications (NCIDQ), be a registered Interior Designer, or a registered architect with five years of experience and training in interior design. Additionally, resumes for at least one professional is required in each of the following fields: anti-terrorism force protection, industrial hygiene, hazardous material inspection, and abatement methods, topographic surveyors, and military community master planning are necessary. The fire protection engineer shallbe 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 Fire Protection Engineering from an accredited university (b) passed the National Council of Examiners for Engineering and Survey (NCEES) fire protection engineering examination; OR (c) registration in an engineering discipline related to fire protection engineering. The hygienist must be a Certified Industrial Hygienist (CIH) as certified by the American Board of Industrial Hygienist (ABIH). The hazardous materials inspector must have successfully completed an EPA approved asbestos inspectors course and be able to obtain an asbestos inspectors accreditation in the state where the survey is being conducted. The evaluation for all resumes will consider education, certifications (for example LEED certification), training, registration, overall and relevant experience and longevity with the firm. The individuals identified by project roles may not be dual-hatted. (b) Specialized Experience: Specialized experience and technical competence in the expected activities identified above to include experience with: design/build projects, projects utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials, waste reduction, reduction or elimination of toxic and harmful materials) as evidenced by the resumes of the key personnel assigned to this project. Only resumes identifying the professionalism and specialized experience of key members of the design team are necessary. Other available personnel may be specified in paragraph H of the SF 330. In addition, the following must be addressed in paragraph H of the SF330; a brief Design Quality Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable); quality control procedures (for plans, specifications, design analysis and electronic documents); procedures 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). In Block H also indicate the estimated percentage involvement of each firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously; d) Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. e) Knowledge of the locality as it pertains to geological features, environmental and climate conditions, and local design and construction methods used on projects at DSCC; f) Volume of DoD contract awards in the last 12 months. 4. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on one CD of the SF 330, Part I, and one paper copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 4:00 p.m. local time on 9 May 2008. No other information including the pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. Facsimile transmissions 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: Denise Gill, Contracting Division, 600 Dr. Martin Luther King, Jr. Pl., Room 821, Louisville, KY 40202-2267.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fcf48c803ff8a23e4c12919ca4318fd5&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN01549105-W 20080409/080407221111-fcf48c803ff8a23e4c12919ca4318fd5 (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 |