SOLICITATION NOTICE
C -- Architect-Engineer Indefinite Delivery type Multipdiscipline contract for activities supported by the Real Property Services within the Continental United States (CONUS) and Outside the Continental United States (OCONUS)
- Notice Date
- 5/6/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-08-R-0048
- Response Due
- 8/5/2008
- Point of Contact
- Marge G. Zimmerman, Phone: 410-854-0742
- E-Mail Address
-
marge.G.Zimmerman@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- Architect-Engineer services are required for one (1) Indefinite Delivery-type (Multidiscipline) contract for activities supported by the US Army Corps of Engineers, Baltimore District, Real Property Services Field Office (RSFO). The geographic location covered under this contract is the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The contract will be for a three (3) year period. Contract will be firm fixed price. The total estimated contract amount is $12,000,000.00. The anticipated award is approximately August 2008 and is open to all businesses regardless of size. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 40% of the total planned subcontracting dollars shall be placed with small business concerns. At least 18% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB), including Historically black Colleges and Universities or Minority Institutions, 5.8% with Women-owned Small Businesses (WOSB), 10% shall be placed with Hubzone Small Business(HubSB), 3% with Veteran-Owned Small Businesses and 2% with Service Disabled Veteran-Owned Small Businesses. The subcontracting plan is not required with this submittal. The North American Industry Classification code (NAICS) is 541330. For small business purposes the size standard is $4,500,000.00 average annual receipts over the last 3 fiscal years. PROJECT INFORMATION: The services that may be required will consist of, but not be limited to, one or more of the following: Design and/or Feasibility Studies for new structures, planning and design, design services, estimating, surveying, field investigation, troubleshooting, measurement, testing and balancing, CADD drawing and document preparation and review, design review, operability and maintenance review of designs, construction management services, construction security surveillance services, studies, engineering consultation, master planning, planning, and reports. SELECTION CRIETIA: See Note 24 for general A-E selection process. The following are the selection criteria in descending order of importance: (a) PROFESSIONAL QUALIFICATIONS: Key management personnel and personnel in each discipline listed below must possess valid current final TOP Secret SCI Clearances. The firm making this proposal must possess a final Industrial Security Facility Site Clearance of TOP SECRET at the office listed under the LOCATION selection criteria. The proposed design team(s) must possess registered personnel with experience in the following disciplines: architecture, civil, environmental, electrical, geo-technical (soils engineer), land surveying, mechanical, fire protection, sanitary and structural. In addition, the design team(s) will also require experienced personnel with a valid current final TOP SECRET SCI Clearance in the following areas: Construction Inspection and Quality Assurance, Estimating, IT/Telecommunications, Master Planning, construction Materials Testing, Interior Design, Construction Management, CADD operations, Security and HTRW. A Certified Industrial Hygienist (CIH) with a valid current final TOP SECRET SCI Clearance must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate MUST be included with Part I of the SF 330. Non-domestic owned A-E firms which do not currently possess Industrial Security Clearance or cannot divest foreign ownership will not be considered eligible. ALL personnel working under this contract must be U.S. citizens. (b) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Address the experience of the proposed design team(s) by providing specific examples of projects in a wide variety of multi-discipline design projects and studies as listed above under PROJECT INFORMATION. Include and identify work completed under current and/or recently completed Indefinite Delivery Contracts in the examples.Include Contract number(s), Point(s) of Contract, telephone number(s), and e-mail addresses. In the examples of projects listed under this section indicate the use of the following items: (1) Whole Building Design Guide (WBGS), U.S. Green Buildings Council Leadership in Energy and Environmental Design (LEED) ratings, Construction Criteria Base (CCB) and, specifically, the Unified Facilities Criteria (UFC) documents as applied by DOD; (2) Unified Facilities Guide Specifications; (3) U.S. Army publications Security Engineering Series TM 5 853-1, 2, 3, and 4; (4) Cost estimates using both R.S. Means Cost Works and MCASES Systems; and (5) physical security (SCID), electromagnetic shielding (TEMPEST), and force protection (AT/FP) aspects of architectural, civil, structural, mechanical and electrical design. Firms must indicate in Part I of the SF 330 their Computer resources for and knowledge of AutoCAD 2004 and Micro Station V8. (c) ABILITY TO ACCOMPLISH WORK: Firms must address the ability of the design team(s) to complete projects within mandatory time frames, including multiple Task Orders under an IDTC or IDIQ contract. Provide specific examples of such in Part I of the SF 330. A proposed management plan shall be presented that includes an organization chart indicating all key personnel, with their security clearances and physical location to be utilized under this contract and addresses the methods to be used to comply with the requirements of Task Ordering as indicated in Section C of the solicitation. In addition, the AE shall indicate their ability to execute task orders throughout CONUS and OCONUS. Due to security issues and the requirement that all individuals working on this contract be US citizens, it is anticipated that extensive travel from the AE home office will be necessary. All travel will be in accordance with the Joint Travel Regulations (JTR). (d) PAST PERFORMANCE: Provide examples of Past Performance of the design team(s) on projects performed within the past 5 years. Provide letters of evaluation and/or recognition on these projects. The project list should include past and/or current IDTCs or IDIQs with the Department of Defense (DOD) and with other Government Agencies and/or private industry. Provide specific examples within this past performance project list of multi project management, on time delivery, cost control, and estimating accuracy. (e) LOCATION: Location of the firm within the general geographical area of the Baltimore/Washington, D.C. metropolitan areas, as response time for certain projects may be critical. (f) CAPACITY AND VOLUME OF WORK: Provide the volume of DOD and other Government Agency contracts awarded in the past 12 months and/or currently being performed (include both the design fee and estimated construction value). Indicate your available capacity to provide services under this contract. SUBMISSION REQUIRMENTS: See Note 24 for general submission requirements. Interested firms having capabilities to perform this work must submit Part I and II of the SF 330 for the prime and joint venture(s), and Part II of the 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. Include the firms ACASS number for the prime firm, if available, on the SF 330, Part I, Block B. On the SF 330, Part I, Block C, provide the ACASS number of each consultant (if available). If your firm does not have an ACASS number it can be obtained from the Portland District Corps of Engineers ACASS database by calling (503) 808-4591. On the SF 330, Part I, Block F, provide 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: Margaret Zimmerman, Room 7000, 10 South Howard Street, Baltimore, Maryland 21201. Technical questions should be directed to James.L.Simms@usace.army.mil or 410-854-0726. Contracting questions can be directed to Marge.G.Zimmerman@usace.army.mil or 410-854-742. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. Information regarding registration can e obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dec2c6092c8be3a5813be81c76206c92&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21201
- Zip Code: 21201
- Record
- SN01567623-W 20080508/080506220538-dec2c6092c8be3a5813be81c76206c92 (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 |