Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
SOLICITATION NOTICE

C -- A-E Services - IDIQ Contract for Construction Phase Services and Design services for Civil Works projects, Military Installations, HTRW and Support for others primarily in CA, NV, UT and other locations within So Pac Div boundaries.

Notice Date
4/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Sacramento - Military Works, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
DACA05-03-R-0005
 
Archive Date
7/7/2003
 
Point of Contact
Tim Boyd, 916-557-5226
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento - Military Works
(tboyd@spk.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA DESCRIPTION: - 1. CONTRACTING INFORMATION: One (1) Indefinite Delivery contract for Construction Phase Services for Military, Civil and Work for Others, primarily in California, Nevada, and Utah and other locations in the boundaries of the South Pacific Division of the U. S. Department of the Army, Corps of Engineers is being procured in accordance with the Brooks A-E Act, PL 92-582, as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualificat ions for the required work. The projects will primarily be within the boundary of the Sacramento District's Sacramento and Valley Resident Offices; however, some projects may be within the jurisdiction of the Utah Resident Office. Firm Fixed Price Task Or ders will be negotiated for the work. The North American Industrial Classification System (NAICS) Code for this procurement is 541330, which has a business size standard of maximum $4 million in average annual receipts for its preceding 3 fiscal years. R esponses to this announcement will be accepted from all responsible firms, regardless of business size. However, eligibility for award will be based on the following cascading order of precedence: 1st consideration: 8(a) Program; 2nd consideration: Sm all Business Set-Aside; and 3rd consideration: Full and Open Competition. The Government will use the following methodology to establish eligibility for contract award: (1) In addition to the other information required to be submitted, each firm respo nding to this announcement must indicate their size status under the specified NAICS code and must also state if they are currently certified as an 8(a) small business concern. Unless specifically stated otherwise, the Government will presume that all 8(a ) small business concerns desire to compete for an award under the 8(a) Program. Unless specifically stated otherwise, the Government will also presume that all small business concerns, including certified 8(a) small business concerns, desire to compete f or an award under the Small Business Set-aside. Small business concerns receiving an award under either the 8(a) Program or a Small Business Set-aside will be subject to FAR 52.219-14, Limitations on Subcontracting. (2) Initially the Government will only evaluate the qualifications of the A-E firms which have stated that they are competing for the award under the authority of the 8(a) Program. The award resulting from this announcement will be made on a competitive basis to an eligible 8(a) business conc ern, provided that a minimum of three of the competing 8(a) A-E firms are determined to be highly qualified (e.g., are 'short-listed') and that the Government is able to negotiate a fair market price with one of the short-listed firms. (3) If responses ar e not received from at least three eligible 8(a) firms that are considered by the Government to be highly qualified for this procurement, or if the Government is not able to successfully negotiate a fair market price with one of the highly qualified 8(a) f irms, then this procurement will be automatically withdrawn from the 8(a) Program and HUBZone small business concerns and the acquisition will be conducted as a 'Small Business Set-Aside'. At this point the Government will only evaluate the responses rece ived from all eligible small business concerns, including 8(a) small business concerns. Award will be made to a responsible small business A-E concern, provided that a minimum of three small businesses are determined to be highly qualified (e.g. short-lis ted) and the Government is able to negotiate a fair market price with one of the short-listed firms. (4) If responses are not received from at least three eligible small business firms that are considered by the Government to be highly qualified (e.g., s hort-listed) for this procurement, or if the Government is not able to successfully negotiate a fair market price with one of the highly qualified small bus iness firms, then the small business set-aside will be cancelled and the procurement will be conducted on an unrestricted basis, e.g., the award will be made on the basis of full and open competition from all responsible competing business concerns. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement to subcontract. The recommended goal for the work intended to be subcontracted is 57.2% small business. Out of the 57.2% to small business, 8.9% is for small disadvant aged business (subset to small business); 8.1% is for small business/woman owned (subset to small business); 3.0% is for HUBZone small business (subset to small business), and 3.0 is for Service Disabled small business(subset to small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they must submit written rationales of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in block 10 of the SF 255. If award is made to an 8(a) firm, the contract will include a base year with four one-year options, with the contract amount for each per iod not to exceed $1,000,000. If award is made to other than an 8(a) firm, the contract will include a base year with two one-year options, with the contract amount for each period not-to-exceed $1,000,000.00. Yearly cumulative amount of individual task orders per contract shall not exceed $1,000,000.00, unless contract capacity is rolled over from one period to the following period, if the options are exercised, nor will any individual task order exceed $1,000,000.00. If the contract amount for the base year period or preceding option year periods has been exhausted or nearly exhausted, the Government has the option to exercise the contract option period before the expiration of the base year period or preceding option year periods. The negotiated contr act rates for the base year will be in effect for one year from the date of contract award. If an option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rates will take effect on the anniversary date of the contract award. The estimated contract start date is May 2003 and the base period of the contract will be a period of 12 months (through May 2004). Contractor must be registered in the Central Contractor Registr ation (CCR) database prior to award of contract. Lack of registration in the CCR database will make offeror ineligible for award. To register online, visit the CCR homepage at: http://www.ccr2000.com. For military projects, the contractor shall be respo nsible for design and drawings using computer-aided design and drafting (CADD) and delivering the two dimensional drawings in Autodesk AutoCAD CADD software, release 2000i. The Government will only accept the final product for full operation, without conv ersion or reformatting, in the Autodesk AutoCAD release 2000i format, and on the target platform specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT 4.0 operating system. Drawings produced by scanning drawing s of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCIT T Group 4 raster format. The specifications will be produced either in SPECSINTACT with the Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. For civil projects, the contractor shall be responsible for drawings using c omputer-aided design and drafting (CADD) and delivering the three-dimensional drawings in Bentley MicroStation NT software, Version 5.05 or higher, electronic digital format. The Government will only accept the final product for full operation, without co nversion or reformatting, in the Bentley MicroStation format Version 5.05, and on the target platform specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT 4.0 operating system. Advanced application software us ed in preparing drawings shall be delivered in Version 5.05 or higher MicroStation electronic digital format. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the nati ve Intergraph IRAS, Version 5, electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCIT group 4 raster format. The specifications will be produced in SPECSINTACT with Standard General ized Markup Language (SGML) using Corps of Engineers Military Construction Guide specifications. In addition to the format specified above, specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic di gital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the DrCheck. Estimates will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. 2. PROJECT INFORMATION: The work and services may include all or any of the following tasks: (1) Performs Biddability, Constructability; Operability Environmental reviews, (2) Provide support in preparing the Government's Quality Assurance Plan for newly awarded contracts; (3) Provide support for and attend pre-construction conferences and mutual understanding meetings; (4) Review selected contractor submittals and provide written comments to the Contracting Of ficers or Contracting Officers Representative (COR); (5) Assist with the government's Quality Assurance Program; (6) Attend regular coordination meetings conducted between Corps of Engineers and the Users; (7) Review RFI's; (8) Draft Request for Proposals; prepare Basic Change Documents, estimate cost of change (9) Prepare cost estimates for pending changes and task orders; (10) Provide support for preparing Corps of Engineer's contracts; (11) Provide support for preparing monthly reports and status briefin g materials for the Users; (12) Provide technical review of contractor's request for equitable adjustments and formal claims; (13) Attend pre-final and final inspection of newly completed work; (14) Prepare contract or task order closeout documents; (15) C onduct review of mechanical piping system; (16) Perform asbestos and lead-based paint surveys on an unspecified number of buildings; (17) Oversee asbestos abatement work by performing site surveillance; (18) Perform customer coordination/construction overs ight for dredging projects; (19) Review AE prepared submittals list; (20) Participate in the Corps' Resident-Management System software through on site inspections of the construction; (22) Review Construction Contractor's prepared as built drawings; (23) Schedule and perform four and nine month warrantee inspections; (24) Attend a variety of meetings concerning construction projects; (25) Provide engineering expertise in specific mechanical, electrical, architectural and civil/structural design and constru ction problem resolution; (26) Evaluate construction contractor claims; 27) Testify for the Government as an expert witness in defense of claims submitted by the construction contractor. 3. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Criteria 'a' through 'e' are primary. Criteria 'f' 'g' and 'h' are secondary and will only be used as 'tie-breakers', if nec essary, in ranking the most highly qualified firms. a.) Specialized Experience and Technical Competence in the tasks listed, (1) - (27), under 'Project Information'. b) Professional Qualifications of management and technical personnel in the Key Discipli nes of Civil/Structural Engineer, Mechanical Engineer, Electrical Engineer, Engineering Technician, Senior Construction Representative, Junior Construction Representative, Clerical, Project Engineer, Industrial Hygienist, Program Manager, Senior Program Ma nager and in the secondary disciplines of Architect, Environmental Engineer, Safety Engineer, Surveyor, Geologist, Geotechnical Engineer, Hydrographical Surveyor and Welding Inspector. c.) Capacity to Perform: ability to perform simultaneously, one (1) $ 100,000.00 or more, Task Orders in three (3) various locations. This evaluation will consider the experience of the firm and any consultants in similar size projects and the availability of an adequate number of personnel in key disciplines. d.) Past Perf ormance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e.) Knowledge of the Locality such as geological features, climatic conditions, local material resources, and local construction me thods. f.) Geographic proximity (physical location) of the firm in relation to the location of project(s). g.) Extent of participation of SB, SDB and Historically Black Colleges & Universities and Minority Institutions on the proposed contract team, measur ed as a percentage of the estimated effort. h.) Volume of DoD contract awards in the last 12 months The firms which are not recommended by the Pre- Selection Board to the Selection Board for further consideration shall be notified by letter. The firms wh ich are considered by the Selection Board but are not ranked for negotiation shall also be notified by letter. The firms which are ranked for negotiation but are not selected for an award shall be notified after the award of the contract. The contract aw ard shall be the based on the Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including small, disadvantaged owned firms and firms that have not had prior DOD contracts . Qualified small disadvantaged firms will receive consideration during selection and all other selection evaluation criteria being equal, also participation in a joint venture may become a determining factor for selection. Therefore, all offerors' submittals should specifically identify in the appropriate portions of the SF 255 all proposed small disadvantaged firm participation in the proposed activity to be accomplished by the contractor . 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work and services are invited to submit one (1) completed Standard Form (SF) 254 and 255, revised editions dated November 1992, Architect-Engineer and Related Services Questionnaires for the prime and one (1) SF 254 for each subcontractor/consulta nt, to the office shown. Include the ACASS number of the office that will be responsible for the work. Lengthy cover letters and generic corporation brochures, or other presentations (such as BINDING of SF 254 and 255) beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received within 30 calendar days from the date of issuance of this synopsis. If the 30th day is a weekend day or a Feder al Holiday, the deadline is the close of business of the next business day. No other general notification will be made of this work and services. Point of Contacts: Mr. Stanley Shibata, Unit Leader, A-E Negotiations Unit, (916)557-7470. Contract Specia list: Ms. Barbara Marshall, (916)557-5178. Solicitation packages are not provided for A-E contracts and no additional project information will be given to fir ms during this annoucement period.
 
Place of Performance
Address: US Army Engineer District, Sacramento - Military Works 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00298755-W 20030410/030408213841 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.