SOLICITATION NOTICE
C -- Indefinite Delivery/Indefinite Quantity Fixed Price Architect-Engineer Contracts for DoD Education and Department of Dependent Education Secondary Schools , not limited to, the continental United States, and overseas locations.
- Notice Date
- 4/2/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-09-R-00XX
- Response Due
- 4/23/2009
- Archive Date
- 6/22/2009
- Point of Contact
- Michael Johns, 817-886-1059<br />
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS THEREFORE NO SF 330 FORMS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community (Small Business (SB), to include Section 8(a)), Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), to compete and perform a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract. The Government is seeking qualified, experienced sources for professional, multi-discipline A-E Services, procured in accordance with PL-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36, capable of performing design, engineering, and construction support services primarily for Department of Defense Education (DoDEA) and Department of Dependent Education Secondary Schools (DDESS), not limited to, the continental United States, Trust Territories, and overseas locations (Japan, Korea, Guam, Europe). The contract may include projects within, but not limited to, the Southwestern Division (US Army Corps of Engineers) regional boundaries (primarily the Fort Worth District). The DDESS areas of responsibilities cover over 72 schools, at over 18 installations, across 7 school Districts on the eastern seaboard, as well as Cuba, Puerto Rico and some overseas locations as stated. The general over all scope of work for this acquisition will include, but not be limited to any or all of the following: research, analysis, development, design, CADD drafting, construction phase support, alteration, maintenance and repair of real property, program management, data management, professional services, pre-design site-assessment, project programming, feasibility and concept studies, space utilization, assessment, planning and programming,, design and design concepts/standards, geotechnical investigations and reports, environmental investigations, studies, and reports, hazardous materials testing, abatement and monitoring, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping, electronic and communication modeling and simulation studies and analysis (including data collection and verification), National Historical Preservation Act analysis and documentation, historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of: USGBC LEED registration and certification requirements; Federal Asbestos Hazard Emergency Response Act (AHERA) inspections and documentation; the design of Anti-Terrorism/Force Protection (AT/FP) requirements; Homeland Security requirements; security, data, and communications systems, fire protection and life safety systems, and other technical services as may be required. For all task orders, the AE Contractor(s) will be required to provide monthly progress reports, stating (as a minimum) work completed, work anticipated, and problems encountered. In progress reviews and briefings will be required in each task order. At least two program meetings during the Fiscal Year will require attendance. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers; LEED requires LEED-AP; HAZMAT requires proper certifications. AE disciplines required to comply with the above requirements include but are not limited to, (THIS LIST IS NOT ALL INCLUSIVE), registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable if certified), interior designer, landscape architect, community planner, certified environmental survey/design personnel, certified LEED-AP engineer. Firms must be able to show capacity and capability to perform concurrent on-going work on a multiple sites located within the responsibility of DoDEA/DDESS school properties that complies with Federal, State and Local regulations and laws, and within the required time frames. It is anticipated that multiple projects may be awarded simultaneously to the selected firm(s). The AE shall demonstrate adequate team capacity to coordinate, design and manage multiple task orders concurrently (the potential of 20 concurrent task orders or more at multiple sites) to meet required milestones. No specific projects have been identified at this time, but as projects are received for execution, use of contracts awarded thru the subsequent announcement to this sources sought will be considered. The Government anticipates the majority of the task orders to range from $25,000.00 to $1,000,000. However, there may be some task orders for less and some for more than stated above. The Government is requesting that members of the Small Business Community interested furnish all of the following information in response to this synopsis: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), and Service Disabled Veteran Owned (SDV(SB), under the North American Industry Classification System (NAICS) code 541330 which contains a small business size standard of $4,500,000.00 (3) Provide a general statement of your capabilities with firm size and composition and demonstrate the capacity to perform the work thru past performance on tasks as identified above. (4) Demonstrate separate examples of specialized experience and technical competence in the required scope areas of DoDEA/DDESS or other US community schools/facilities within the past 3 years. Emphasis should be placed on design/construction projects per governing school regulations; environmental studies and HAZMAT abatement projects; school master planning; construction phase services for school construction projects. (Include name, address, telephone number, and email address of references.) Provide a brief description of the work performed, contract number, total contract value, and period of performance. (Contracts must be same or similar to the work described in this announcement.) (5) AEs shall describe joint venture/partnering experiences on similar past projects. DoDEA/DDESS and/or other assigned Corps Districts partner these contracts with concerned schools and installations, and the AE may be required to attend partnering meetings to define the expectations, create a positive working relationship, encourage open communication, and identify common goals. Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years. (6) Demonstrate past experience at overseas locations (preferably the ones listed for DDESS in this document) within the last three (3) years, detailing project requirements. (FOR INFORMATION ONLY (NO SF330 FORM IS REQUIRED AT THIS TIME). The information you are submitting are responses to the above eight questions. Existing and potential Joint-Ventures, Mentor Protg, and teaming arrangements are acceptable. For assignment of DUNS number, contact the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at http://www.dnb.com). The DUNS procedures replace the previous ACASS system/procedures. All contractors, to be eligible for award of a Government contract, MUST be registered in CCR prior to submitting the SF330 Form in response to an actual FedBizOps Announcement. Contractors may register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1.888.227.2423. Email Responses to: Michael Johns (Michael.johns@usace.army.mil). Or mail responses to the following address: Corps of Engineers, Fort Worth District, 819 Taylor Street, Room 2A19 (ATTN: Mr. Michael Johns), Fort Worth, TX 76102. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL. The due date and time for responses to this announcement is 2:00 pm (Central Time) for Fort Worth, TX, on 23 April 2009. Point of Contact is Mr. Michael Johns (817) 886-1059; or Mr. Lynn Ray at (817) 886-1372.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c4722293e51914a13a7f3b3e54c886d&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
- Zip Code: 76102-0300<br />
- Zip Code: 76102-0300<br />
- Record
- SN01783975-W 20090404/090402220333-8c4722293e51914a13a7f3b3e54c886d (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 |