The RFP Database
New business relationships start here

INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL AND GENERAL ENGINEERING SERVICES


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

NOTICE AMENDED ON 5/18/2017 to clarify submission requirements, SF330 due date extended from 05/22/2017 to 06/02/2017

DESC:


1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army
Corps of Engineers intends to award up to 3 Indefinite Delivery Contracts for
Architectural and General Engineering Services. Each contract will have a maximum
cumulative total for the contract not to exceed $5,000,000.00. Each contract will be for
a period 5 years (60 months). The cumulative amount of all task orders is estimated to
not exceed $1,000,000.00 per year.


2. PROJECT INFORMATION: The selected
firm will be used primarily for Architectural and General Engineering type services in
support of the Tobyhanna Army Depot, Monroe County, Tobyhanna, Pennsylvania.
Work for the Philadelphia or other Districts or in support of other agencies and at other
locations may be a part of this contract. The work under these contracts will primarily
be in support of Military missions at Tobyhanna Army Depot. However, work for
other Military Installations, work under the Civil Works, and the Support for Others
Program, and missions assigned to the Philadelphia District may be a part of the
contract but will be funded by others installations provided capacity is available and
approved by Tobyhanna Army Depot to utilize that specific capacity. Most work will
be within the Tobyhanna Depot's boundaries. Work may be required outside of these
boundaries. Primary work under this contract will involve but not be limited to; the
construction, renovations, repairs and additions to institutional and industrial facilities.
Other secondary work may include the construction, renovation, repair and addition to:
residential, commercial, and recreational facilities. Types of related work including but
not limited to concept and planning and master planning type efforts including
preparation of DD form 1391 (Military Construction Project Data) in accordance with
Army Regulation 415-1, economic analyses, highway, other paved surfaces, utility
system, site work, interior design, and landscaping shall be a part of both the primary
and secondary work. Both primary and secondary work shall include: master planning,
environmental and energy related areas, architectural, civil, structural, mechanical,
electrical, fire protection, sanitary, geotechnical, interior design, support during
construction, and landscaping. Other related work shall include historical preservation,
life safety analysis, storm water management, Americans with Disabilities Act (ADA)
conformance, economic and life cycle cost analysis, planning, site investigations,
design analysis, claims analysis, schedule preparation, surveying, GIS support, studies,
reports, and expert witness efforts. The Third level of work under this contract shall
include but not be limited to: preparation of concept, preliminary and detailed designs
for the removal/remediation/abatement/restoration of facilities and/or areas with
environmental hazards including soil and groundwater, lead paint, asbestos, PCB's,
CFC's, contaminated wastes and energy savings areas. Professional qualifications in
the Primary areas shall include but not be limited to: architect, civil, geotechnical,
structural, mechanical, electrical, fire protection engineers, landscape architect, interior
designer, surveyor, specification writer and cost estimator for these efforts. Technical
support, including drawing production, and other related efforts shall be required.
Secondary professional qualification for other related and secondary design efforts shall
include but not be limited to: environmental engineer, environmental scientist, certified
industrial hygienist, biologist, geologist, chemist, hydrology, hydraulic engineering,
Technical support, including drawing production, graphics, and other related efforts
shall be required. Responding firms shall indicate their experience with the Automated
review management system, Dr. Checks; the Corps of Engineers M-CACES MII cost
estimating system, the U. S. Army Corps of Engineers Computerized Specifications
(SPECSINTACT), and the production of drawings and graphic data in Computer aided
Drafting and Design system (CADD). The contractor must be able to supply completed
products in Windows PC compatible software. The contractor shall adhere to the
Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE). The
firms must be qualified in the work areas described and be familiar with the Unified
Facilities Criteria(UFC) requirements and regulations of the Corps of Engineers, the
Building Codes, EPA, Tobyhanna Army Depot Design standards and specifications for
all trades, and other agencies which have jurisdiction. All design projects/products shall
meet Tobyhanna Army Depot Standards in the latest versions of Auto Cad, Revit and
GIS.



3. SELECTION CRITERIA: Significant evaluation criteria in relative
descending order of importance are: (1) Specialized experience of the firm in the
primary types of work required and where appropriate, experience in energy
conservation, pollution prevention, waste reduction, and the use of recovered materials;
(2) Specialized experience of the firm in the other, secondary and third level types of
work required and where appropriate, experience in energy conservation, pollution
prevention, waste reduction, and the use of recovered materials; (3) Professional
qualifications necessary for satisfactory performance of required services; (4) Capacity
of the firm to accomplish multiple task orders within time and cost limitations; (5) Past
performance on relevant Department of Defense contracts will be a factor, however,
lack of such performance will not necessarily preclude a firm from consideration; (6)
Extent of participation of SB, SDB, historically black colleges and universities and
minority institutions in the proposed contract team, measured as a percentage of the
estimated effort; (7) Location of the firm with respect to work sites will be a secondary
consideration provided that a sufficient number of qualified firms respond to this
announcement.


4. SUBMISSION REQUIREMENTS: Firms which desire
consideration and meet the requirements described in the announcement are invited to
submit a completed SF 330 Parts I and Part II (revised 08/16) for the prime firm and SF
330 Part II for each consultant. It is requested that the SF330's also be provided on a
CD-ROM along with one hardcopy. Please submit this information to: U.S. Army
Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn
Square East, ATTN: Megan Rogers Coll, Philadelphia, PA 19107-3390 not later than
the close of business 06/02/2017. Include your DUNS number in block 11 of paragraph
C of Part I of the SF 330.


All contractors are advised that registration in the System
Award Management System (SAM) at www.sam.gov is required prior to award of a
contract. Failure to be registered in the SAM Database may render your firm ineligible
for award. All firms are encouraged to register as soon as possible. Information
regarding this registration may be obtained by accessing Web Site www.sam.gov. As a
requirement for negotiations, the selected contractor(s) will submit for government
approval a quality control plan that will be enforced through the life of the contracts.
The contracting officer reserves the right to terminate negotiations, with firms that do
not respond to Government requests for proposals, information, documentation, etc. in
accordance with established schedules. The NAICS Code is 541330 with a size
standard of $15.0 Mil. This is not a request for proposals. No other notification to
firms for this project will be made.


 


Hope Edge, Contract Specialist, Email hope.j.edge@usace.army.mil - Michelle J Bertoline, Procurement Analyst, Email michelle.j.bertoline@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP