BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in West Point, New York. Contact the soliciting agency for additional information.

1. CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6 using Small Business Set-Aside procedures and NAICS Code 541330 with a Size standard is $15 million dollars. The selection will be based on demonstrated competence and qualifications for the required work. One (1) A-E firm will be selected based on demonstrated competence and qualifications for the required work. The contract is procured as 100% Small Business set aside. The number one ranked firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of this contract is a maximum of 60 months and will not include optional time periods. The total capacity of this contract will not exceed $9,900,000. Task orders will be issued by negotiated firm fixed price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract (IDC). The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, the Government guarantees a minimum ordering obligation of $35,000 for the basic contract via the first task order in concurrence with the IDC award. Labor rates for each discipline, overhead rates, and escalation factors for each year will be negotiated in the basic contract; and profit will be negotiated on a task order by task order basis. The selected small business A-E firm will need to demonstrate capability to perform at least 50% of the contract work listed below in accordance with EP 715-1-7, Chapter 3-8c which can be found at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerPamphlets/EP_715-1-7.pdf. In particular, in order to be awarded a small business contract the concern will perform at least 50 percent of the cost of the contract incurred from personnel within its own employees. NOTE: This is a minimum ordering obligation: NOT a minimum payment. Contractor shall only be entitled to breach of contract damages, i.e., anticipated profit for an order of this amount and provable standby costs in the event that the government does not issue orders for the value of the minimum-ordering guarantee. Subcontractors and Outside Associates and Consultants (Architect-Engineer Services) (FAR 36.606(e), 44.204(b) and 52.244-4). The following applies: "Any subcontractors and outside associates or consultants required by the Contractor (prime A-E firm) in connection with the services covered by the contract will be limited to individuals or firms that were specifically identified and agreed to during negotiations. The Contractor shall obtain the Contracting Officer's written consent before making any substitution for these subcontractors, associates, or consultants." If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the occurrence of any of these events and provide the following information to the Contracting Officer: required information for substitutions necessitated by illness, death, or termination of employment for whatever reason. The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The prime A-E firm must obtain the contracting officer's consent to change any subcontractors that were identified during selection and negotiation. The contracting officer should refer the qualifications of any new subcontractor to the original selection board (to the extent that these individuals are available) for evaluation. Approval of these substitutions may result in a price credit to the Government. Approximate award date: October 28, 2022. The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, a firm must have a Unique Entity ID (UEI) number from System for Award Management (SAM) and be registered in the SAM. If you were not previously registered, please go to https://www.sam.gov. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov. The A-E firm selected for this contract will be required to utilize the sam.gov system for Service Contractor Reporting of information to the System for Award Management (SAM).This requirement only applies to task orders that have a total estimated value, including options, that exceeds $3 million. For additional information see: https://dodprocurementtoolbox.com/site-pages/service-contract-reporting-scr. The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. The Contractor Performance Assessment Reporting System (CPARS) is a web-enabled application the supports the completion, distribution, and retrieval of all contract performance evaluations. Contractor Representatives are responsible for reviewing and commenting on evaluations submitted on the Contractor Performance Assessment Reporting System (CPARS) website at https://www.cpars.gov/index.htm. 2. PROJECT INFORMATION DESCRIPTION OF SERVICES - A-E services include but are not limited to the following: The scope of services under this contract includes, but is not be limited to, design and constructability reviews, meeting minutes, record keeping, budget and schedule monitoring and control, inspection, reporting progress, safety monitoring, meeting arrangement and attendance, submittal processing, testing, progress payment processing, responding to information requests, construction cost estimating, contract modification preparation, and claims prevention and claims processing, monitoring labor provisions, photo documentation, and other services. Incidental design and engineering management services may be performed relative to the performance of construction management services. The successful A/E project team will have the ability to provide design phase services in the basic disciplines (i.e., architectural, civil, structural, mechanical, and electrical) as well as corrosion control, seismic upgrade, and abatement of hazardous materials. The A/E project team has the capability to perform the basic construction management disciplines (i.e., architectural, civil, structural, mechanical, and electrical) as well as commissioning with in-house personnel; joint venture or firm / consultant arrangements will be considered and evaluated for demonstrated interdependency of the members to provide services in the basic disciplines as well as specialty fields. This contract will require experience in both Military Construction and Civil works projects. For the purposes of this IDC, Military construction experience is to include vertical construction and any horizontal construction related to those efforts. Similarly, Civil works experience is to include experience in the areas of dredging & beach fill operations, shoreline protection, hurricane & storm damage reduction, flood risk management, beach erosion control, wetlands creation, locks, and dams. A-E's are expected to be able to provide qualified A-E personnel to field assignments within three weeks of any task order award. This must include but not be limited to Mechanical & Electrical Commissioning disciplines. a. Special Notes: 1. The Contractor, as an independent contractor and not as an agent of the Government, shall provide the quality assurance inspections and technical expertise necessary to complete tasks outlined in this call. Work will be performed within the continental United States (CONUS). 2. The Contractor is required to perform all identified tasks. However, the contractor may not perform "inherently governmental functions" as defined in FAR 7.5. As a matter of policy, an "inherently governmental function" is one so intimately related to the public interest as to mandate performance by Government employees. 3. The effort put forth under this contract shall not be considered personal service as defined in FAR 37.104(d). Contractor personnel are not subject to continuous supervision and control of a Government officer or employee. In the firm's proposal supplied in response to the Government's request for proposal on calls and modifications, the firm's proposal must clearly identify conflicts of interest or potential conflicts of interest. If no conflict exists, the contractor shall so state. 4. Contractor personnel working on Government projects will be required to identify themselves as "contractors." The Contractor shall wear their CAC cards in a clearly visible manner on the Government installation; and wear Personnel Protective Equipment (PPE) while on the job site with emblems that identify them as Contractors. The Contractor's email address will identify the contractor as such. This identification applies to all communication whether written, and verbal. 3. Construction Management Services Support Tasks: The Contractor shall comply with the product delivery schedule stated herein, except as otherwise specified by individual task orders. The primary A-E construction management services that may be requested under this contract include; but are not limited to, are the following: .a. Design and Constructability Reviews: 1. Submit comments citing specific deficiencies and referencing correct information upon review of construction plans. Deficiencies shall include but are not limited to biddability / operability / constructability / environmental and sustainability requirements, incorrect citations, grammar, and incorrect/missing procedures. Insure contractor compliance with contract and specification requirements. 2. Comments shall be submitted to the USACE assigned Project Engineer within 5 working days from receipt of the submittal. 3. Submit comments citing specific deficiencies and referencing correct information upon review of specifications. Deficiencies shall include but are not limited to biddability / operability / constructability / environmental and sustainability requirements, incorrect citations, grammar, and incorrect / missing procedures. Insure contractor compliance with contract and specification requirements. Comments shall be submitted to the USACE assigned Project Engineer within 5 working days from receipt of the submittal. 4. Submit comments citing specific deficiencies and referencing correct information upon review of technical submittals. Deficiencies shall include but are not limited to design flaws, incorrect citations, grammar, calculation errors, incorrect / missing procedures, and compliance to the construction contract. Insure contractor compliance with contract and specification requirements. Comments shall be submitted to the USACE assigned Project Engineer within 5 working days from receipt of the submittal. 5. Submit evaluations and responses to RFIs submitted by the construction contractor based on knowledge of contractual requirements, sound engineering and construction practices, and other professional knowledge. Draft RFI responses shall be submitted to the USACE assigned Project Engineer within 2 working days from receipt of the submittal. 6. Provide coordination assistance with contractors, local officials, and the public as necessary; and refer any recommendations to the USACE assigned Project Engineer within 2 working days from date of coordination meeting. 7. Check appropriate codes, criteria, and guidelines including technical references and specifications; and consult with design personnel and subject matter specialists in formulating recommended courses of action; and refer recommendations to the USACE assigned Project Engineer within 2 working days from date of coordination meeting. b. Claims Analysis: 1. Prepare a technical analyses of construction contract claims involving disputes on contract interpretations, contract modification costs, Government caused delays, differing site conditions, construction suspension and acceleration, and other impact and labor inefficiency claims; Prepare background data required for technical and legal review given a formal decision is required; Consider all pertinent facts including Quality Assurance (QA) and Contractor Quality Control (CQC) reports, master diaries, substantiating correspondence, other contract documents (i.e. plans and specifications, shop drawings, and submittals), Government and commercial technical publications and standards, interview with Government and contractor field personnel, etc. Evaluate the potential win / loss risk and its economic impact on the project as a whole. Consider all outstanding issues, such as other outstanding changes, claims, and delays, project engineer limitations, and the potential cost of litigation. Recommend to Government personnel a fully coordinated position representing what is in the "best interest" of the Government. For claims determined to have potential for merit, support negotiations for extent of entitlement and costs. 2. Prepare a technical analysis, for claims which cannot be resolved and for which the contractor has requested a Contracting Officer's Final Decision, outlining the Government's position. 3. Deliver each of the above-mentioned technical analysis to the Contracting Officer via the USACE assigned Project Engineer within 5 working days from receipt of the claim. c. Modification Support: Assist in contracting activities associated with the construction operations, supporting Government personnel on matters related to contract modifications, changes and contractor claims as follows: 1. Submit comments furnishing advice and assistance on potential problems based on review of contractor plans, specifications, network analysis, on-site inspections etc.; and make recommendations for improving the administrative procedures for processing changes. Comments shall be submitted to the USACE assigned Project Engineer within 3 working days from request. 2. Prepare Independent Government Estimates (IGE) pertaining to contract modifications for government approval. The IGE shall be submitted to the USACE assigned Project Engineer within 3 working days from receipt of the Scope of Work. 3. Submit technical comments for Pre and Post Negotiation Memorandums (PNMs and POMs) for government approval. Comments shall be submitted to the USACE assigned Project Engineer within 3 working days from request. 4. Submit comments citing specific deficiencies and referencing correct contractor information and proper requirements upon review of draft RFPs. Insure contractor compliance with contract and specification requirements. Comments shall be submitted to the USACE assigned Project Engineer within 2 working days from receipt of the submittal. 5. Submit comments citing specific deficiencies and referencing correct information upon review of scopes of work. Deficiencies shall pertain but are not limited to relevancy of deliverables, correct detail of deliverables, and achievability of time period. Review and discuss proposed changes with the contractor' representatives regarding scope to assure that contractor's proposals cover all work envisioned in the change. Insure contractor compliance with contract and specification requirements. Comments shall be submitted to the USACE assigned Project Engineer within 3 working days from receipt of the submittal. d. Office Engineering: 1. Submit comments on contractors' contract progress data, material and equipment usage, quality control and survey reports to verify the validity of the computation of progress payments to contractor. Comments shall be submitted to the USACE assigned Project Engineer within 5 working days from receipt of contractors' contract progress data. 2. Perform periodic reviews regarding potential construction contractor claims / disputes relative to contract requirements and/or discrepancies in the drawings and/or specifications. Comments shall be submitted to the USACE assigned Project Engineer within 1 working day from discovering any construction contractor claims / disputes and/or discrepancies in the drawings or specifications. 3. Develop Quality Assurance plans for specific construction projects and ensure that they are implemented. QA plan shall be submitted to the USACE assigned Project Engineer for review and approval prior to commencement of construction. e. Contract Administration to include Quality Assurance: 1. Submit daily Quality Assurance (QA) reports documenting quality assurance inspections upon performing surveillance of contract work to assure that the contractor is producing work in conformance with the plans and specification. Reports shall include but not limited to descriptions of observed QC tests; defects in structure, envelope, concrete, mechanical, electrical, plumbing, fire protection, fire alarm, site work, and etc.; and QA log. Reports shall be submitted to the USACE assigned Project Engineer within 1 working day from date of the inspection. 2. Witness field tests and review all contractor test reports and any Government materials tests for conformance with specifications; establish and maintain a log of all field tests required by the contract and perform QA testing. Notify USACE assigned Project Engineer within 1 day of confirming non-compliant work. 3. Perform surveillance of survey operations for layout and elevations of construction work. Determine adequacy and validity of contractor's measurement data. Submit daily Quality Assurance (QA) reports. Notify USACE assigned Project Engineer within 1 day of confirming non-compliant work. 4. Assist on request coordination for passes, outages, excavations, hauling, and delivery routes associated with projects as required. Submit daily Quality Assurance (QA) reports. Notify USACE assigned Project Engineer within 1 day of confirming non-compliant work. 5. Verify quantities of all work in place and materials stored on site. Review and comment on the accuracy of the construction contractor's requests for payment. Submit daily Quality Assurance (QA) reports. Notify USACE assigned Project Engineer within 1 day of confirming non-compliant work. 6. Submit and distribute meeting minutes upon attendance at the preconstruction, quality control, progress meetings and conferences. Minutes shall be submitted to the USACE assigned Project Engineer and all attendees within 3 working day from date of the meeting. 7. Submit comments on interpretation of plans and specifications for Government use in contractor disputes. Comments shall be submitted to the USACE assigned Project Engineer within 3 working days from receipt of the tasking. 8. Submit reports on observed QA testing. Reports shall include but not limited to test name, date, time, location, purpose, results; persons involved procedures, weather, and variables that may affect test accuracy. Reports shall be submitted to the USACE assigned Project Engineer within 1 working day from date of the testing. 9. Submit reports on observed construction activities based on surveillance of contract work to assure that the contractor is producing work in conformance with the plans and specification. Reports shall include but not limited to activity observed, date, time, location, occurrences that may affect quality of completed work, and procedure used to complete work. Reports shall be submitted to the USACE assigned Project Engineer within 1 working day from date of the observation. 10. Submit reports on potential solutions to problems resulting from unanticipated requirements. Problems such as but not limited to inclement weather, unforeseen site condition, design errors or omissions, customer requested changes, or changed criteria and or accelerated timetables. Reports shall be submitted to the USACE assigned Project Engineer within 2 working days from date of the observation or tasking. 11. Submit reports on health and safety nonconformance with emphasis on asbestos and lead abatement. The Contractor shall observe the construction contractor's compliance with site specific health and safety plan, safety manual and OSHA requirements. Reports shall include but not limited to the offender's name and location, date, time, and nature of violation. Reports shall be submitted to the USACE assigned Project Engineer within 1 working day from date of the observation or tasking. For serious safety violations which could result in loss of life or limb or compromise public safety, immediate telephonic notification and action taken shall be provided to the USACE assigned Project or Resident Engineer. 12. Submit comments upon review of the construction contractor's daily quality control (QC) reports. Evaluate contractor's progress, quality control, and safety operations for effectiveness. Comments shall include but not limited to validity of deficiency, citing of necessary support information and regulations, and. correct detail of QC reports. Comments shall be submitted to the USACE assigned Project Engineer within 1 working day from date of the review. 13. Submit comments upon review of the construction contractor's monthly construction schedules for adherence to contractual requirements and schedule. Comments shall be submitted to the USACE assigned Project Engineer within 2 working days from date of the receipt of schedule. 14 Submit comments upon review of the construction contractor's monthly progress payment requests based on accomplishment of objectives in accordance with contract schedule, price, and quality standards. Comments shall be submitted to the USACE assigned Project Engineer within 1 working day from date of the receipt of payment estimate. 15. Submit minutes to meetings attended. Minutes shall include but not limited to due outs, important notes, updates, and new issues. Minutes shall be submitted to the USACE assigned Project Engineer within 2 working days of the meeting. 16. Submit evaluations of contractor proposals. Evaluations shall include but not limited to confirmation of correct scope of work used, verification of complete scope of work used, difference in hours used per task, difference in rates used, and any additional requirements. Comments shall be submitted to the USACE assigned Project Engineer within 2 working days from date of the receipt of contractor proposal. 17. Submit comments upon review of project schedule submissions. Comments shall address but not limited to construction tasks completed in the last week, tasks not completed on schedule, reason for delay, tasks completed early, and tasks pushed forward in the last week. Comments shall be submitted to the USACE assigned Project Engineer within 2 working days from date of the receipt of schedule. 18. Submit cost reports including but not limited to cost estimation of construction task (labor and material), cost impact on budget, and analysis of quantities needed. Reports shall be submitted to the USACE assigned Project Engineer within 2 working days from date of the receipt of tasking. 19. Provide market research support including but not limited to listing of companies supplying the needed requirement, cost of requirements, lack of or extra features provided, and past performance. Reports shall be submitted to the. USACE assigned Project Engineer within 2 working days from date of the tasking. 20. Upon notification of pre-final and final inspection of the construction contractors completed work, the Contractor shall provide daily punch list inspection and contract closeout reports with observations, findings, and recommendations. Reports shall be submitted to the USACE assigned Project Engineer within 1 working day from date of the inspection. 21. The A-E shall input data, using the USACE RMS program, to maintain project awareness, electronic documentation of memo's, reports, drawings, contractual instruments, and other project information. f. Preparation of Site Condition Reports and Testing: 1. Prepare special reports pertaining or related to unforeseen site conditions not indicated in contract documents. Reports shall be submitted to the USACE assigned Project Engineer within 3 working day from date of the inspection. 2. Obtain the services of a certified testing laboratory, including all testing equipment and analysis as required to test for Hazard Materials (asbestos, contaminated soil, lead, PCB's etc.). Attain contract award within 6 weeks of confirming the need for the testing. g. Design and Engineering Services: 1. Provide Design and Engineering Services requiring Architectural, Civil, Structural, Geotechnical, Mechanical and Electrical; Specialties; Elevators, fire and Life Safety, Security, Seismic, Accessibility (ADA requirements), Environmental, Certified Industrial Hygienist, Corrosion Control Analysis & Design, Cost Estimating, Geographic Information System (GIS) support, interior design, acoustical and a Historic Preservationist for modification to existing and new facilities. 2. Preparation of project analysis and investigative reports, conceptual designs, contract documents (complete or abbreviated plans and specifications), site plans, exterior and interior layouts and designs, interior furnishings and finish schedules, project cost estimating and scheduling. 3. The above design services will only be incidental to the Construction Management Services the A-E will be performing and will only be performed to the extent required to provide solutions to the field and to provide reach back support to their Construction Management personnel in the field. Full designs will not be required. h. Specialty requirements: Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01. Use the latest publication of UFC 3-600-01 as of the posted date off this announcement. Licensed Interior designers are required to pass all 3 sections of the National Council for Interior Design Qualification (NCIDQ) Examination. Requirements for Historical Preservationists - Experience in architecture, professional planning, urban design, historic preservation, or similar field performing work involving the "National Historic Preservation Act" and/or State Historical Preservation Office (SHPO) reviews. Requirements for GIS Technicians - Must develop, maintain, and update Geographic Information System (GIS) databases; obtain data from city, state, federal and private sources; receive and review maps, land parcel records and engineering documents. Identify pertinent GIS information and convert data into proper GIS formats. Ensure accuracy and completeness; enter data into databases; and update essential GIS layers and databases. Create a variety of maps and GIS related documents. Provide expertise in GIS hardware and software products. Provide technical support to GIS users. At least 5 years of the above GIS Technician experience with at least a bachelor's degree in Geographic Information Systems from an accredited university. Requirements for GIS Analyst - Shall be responsible for engineering support relating to resources and facilities support, database planning and design, systems analysis and design, network services, programming, conversion and implementation support, network services project support, data/records support, AUTOCAD proficiency and its interaction with GIS, and other computer related services. Contributes to the completion of specific programs and projects with frequent customer contact. Education and Experience: At least 5 years of the above GIS Analyst experience with at least a bachelor's degree in Computer-Aided Design or Engineering Design Technology from an accredited university. Requirements for Commissioning Authority - Shall either be a degreed Sr. Mechanical Engineer with a minimum of 10 to15 years of experience in Mechanical Engineering with a focus on commissioning of HVAC & Chiller plants systems. This experience is to include but not be limited to, fire protection systems, water distribution systems, plumbing, hydronics, direct digital controls & TAB of mechanical systems or be a degreed Electrical Engineer with a minimum of 10 to 15 years of experience, to include, but not be limited to experience in low voltage electricity, lighting, communications, security, fire notification, direct digital controls, and the commissioning of electrical systems. Both disciplines are to have experience involving military type construction projects such as Chiller plants & hospitals, barracks, dining halls, hangars, fire stations, schools, laboratories etc., This experience must extend through at least 10 months of occupancy. They shall also have one of the following certifications: - NEBB qualified Systems Commissioning Administrator (SCA) - ACG Certified Commissioning Authority (CxA) - ICB/TABB Certified Commissioning Supervisor - BCA Certified Commissioning Professional (CCP) - AEE Certified Building Commissioning Professional (CBCP) - University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP) - ASHRAE Commissioning Process Management Professional (CPMP) Requirements for Corrosion Control Engineers - Shall be Certified or licensed in corrosion control of buried metal pipes and tanks, and who demonstrates expertise in analysis of corrosion issues and the design of corrosion prevention systems including cathodic protection, coatings for industry, inspection, corrosion testing, and material selection for specific chemical resistance. 4. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary selection criteria. Criteria f through h are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: a. Specialized experience and technical competence: 1. The experience of firm and its consultants previously listed in Section 2 Project Information of this announcement. 2. Experience in the ability to provide a QA/QC plan indicating how the prime plans to manage their team to ensure that quality products are prepared. Demonstrate the ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. 3. Demonstrate capability to execute multiple task orders simultaneously. b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or sub-contractors/consultants with a professional staff consisting of the following disciplines. NOTE: Resumes must be provided for all project personnel identified below: 1. Project Manager (Architect or Engineer with R.A. and/or P.E. required) 2. Quality Assurance Manager (based on the firm's QA/QC Plan, Architect or Engineer with R.A. and/or P.E. required) 3. Construction Manager (P.E. or R.A. required) 4. Construction Project Engineer 5. Construction Schedulers 6. Architecture (R.A required) 7. Structural Engineering (P.E. required) 8. Civil Engineering (P.E. required) 9. Mechanical Engineering (P.E. required) 10. Electrical Engineering (P.E. required) 11. Sanitary Engineer (P.E. required) 12. Cost Engineering 13. Fire Protection Engineering (P.E. required) 14. Licensed Interior Designer 15. Certified Industrial Hygienist 16. Lead/Asbestos Abatement Inspector 17. Elevator Specialist 18. Environmental Engineer (P.E. required) 19. Commissioning Authority (See requirements in paragraph 3h) 20. Historical Preservationist 21. Corrosion Control Engineer 22. GIS Technician 23. GIS Analyst The evaluation will consider education, registration, and training and overall and relevant experienced using information from Section E of the SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. a. Past Performance with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and CPARS. Letter of recommendation from customers addressing your firms cost control, quality or work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. b. Capacity: In an effort to expedite the selection process the A-E's are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. A-E's are also required to demonstrate in writing how they will be able to commit qualified Construction Management Services professionals to field assignments within three weeks of any task order award. c. Knowledge of the locality in the general geographical area of North Atlantic Division boundaries. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. Secondary Selection Criteria: d. Geographic Proximity in relation to New York District boundaries. e. Deleted f. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 5. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must download their SF330 to Stephen DiBari by email stephen.dibari@usace.army.mil. Maximum File size to send is 20GB. If overall SF330 is larger than 20GB, please break up the file into smaller files. AT THE TIME OF THIS NOTICE, DUE TO COVID-19 26 Federal Plaza is open on a limited basis. NO HARD COPIES OF SF-330'S WILL BE REQUIRED AT THIS TIME but may be required to be submitted after 26 Federal re-opens. DO NOT MAIL SF-330'S (CD or Hard Copies) TO THE CONTRACT SPECIALIST AT 26 FEDERAL PLAZA. Doing so, will delay the AE Selection/award process. The SF 330 can be found on the following GSA website: http://www.gsa.gov/portal/forms/download/116486 The forms can be downloaded in a .pdf file type. Each key office on the team should indicate Unique Entity ID # in Block 4 of Part II of the SF330. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages (1 page per project). Each page shall be numbered. Section dividers, front and back covers, cover letter and Part II of the SF 330 don't count towards overall page limit. Tabloid size paper 11" X 17" pages for organizational chart or other graphics will count as one page. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the NY District USACE website: https://www.nan.usace.army.mil/Business-With-Us/Engineering-Division/ Advertisement will be posted in https://sam.gov/. If the response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will move to the next business day. For questions regarding this contract, contact Stephen DiBari via e-mail: Stephen.Dibari@usace.army.mil. If a Pre-Selection meeting is required, notifications will NOT be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after final selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS). Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. Firms must be registered in the following: https://www.sam.gov/portal/SAM/#1 The method of contractor selection has not been determined at this time.

Conceptual

Military

$9,900,000.00

Public - Federal

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
787
Active Projects
463
Bidding Soon
6,383
All Active Projects
2,594
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

October 31, 2022

img_map_placeholder

Multiple Locations, West Point, NY


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.