Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2003 FBO #0526
MODIFICATION

C -- Two Multidiscipline Indefinite Delivery Contracts for Ft. Bragg, NC, and Camp Mackall, NC

Notice Date
5/7/2003
 
Notice Type
Modification
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-03-R-0044
 
Response Due
6/6/2003
 
Archive Date
8/5/2003
 
Point of Contact
Linda Smulevitz, 912-652-5902
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(linda.l.smulevitz@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This announcement is amended to include the email addresses **** POC: For Technical Information contact Lucie Hughes at 912-652-5645 (lucie.m.hughes@sas02.usace.army.mil), Contractual Information contact Nina Jodell at 912-652-5465 (nina.g.jodell@sas02.usa ce.army.mil), submittals should be sent to the attention of CESAS-EN-ES (Sherry Turner at 912-652-5703 or sherry.a.turner@sas02.usace.army.mil), 100 West Oglethorpe Avenue, Savannah, GA 31402-0889 and for ACASS information, call (503) 808-4591. Contract Information: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer firms for two Multidiscipline Indefinite Delivery Contracts. Contracts awarded as a result of this announcement will be administered by the Ft. Bra gg Directorate of Public Works for use on federal projects at Ft. Bragg, NC, and Camp Mackall, NC. The contracts will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years maximum. An optio n may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. Individual task orders may not exceed $500,000. The total amount of each contract over the three-year ord ering period may not exceed $1,500,000. Task Orders will be primarily for small projects with a construction value typically under $2 million, however if required, larger projects will be executed under this contract. Assignment of individual task orders t o the contracts which will have identical scopes of work will be based upon the following factors: (1) Current capacity of the firm to accomplish the task order in the required time, (2) Equitable distribution of work among identical contracts, and (3) Pe rformance and quality of deliverables under the current IDC contracts. These task orders are firm fixed priced. This announcement is open to all businesses. Small businesses are encouraged to team with other small businesses. The firm must be capable of r esponding to and working on multiple task orders concurrently. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the government that the o fferor will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. None of these projects are yet authorized and funds are not pr esently available. The NAICS is 541330; size standard $4 million. This announcement is open to all firms regardless of size. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 255, Block 6, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 57.2% TO SMALL BUSINESS; 8.9% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUS INESS); 8.1% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3.0% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3.0% TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (A COMPOSITE OF SMA LL BUSINESS). SEE NOTE 2.The smal1 business subcont racting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. For additional information, please contact Gwen Parker at (912) 652-5340. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at ht tp://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. ** NOTES: (1) While the Savannah District does not have a specific target for subcontracting with Veteran Owned small businesses, this must be a ddressed in any subcontracting plan. (2) Service-disabled Veteran Owned Small Business is a composite of Veteran Owned Small Business target. The SD/VOSB target must be included in the Veteran-Owned small business target. **** Project Information: Work may consist of preparation of reports, studies, project planning, design criteria, cost estimates, specifications, designs, and other general A-E services for multi-disciplined new construction, renovations, and repair projects for military and other governme nt agencies. The work primarily consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as some smaller horizontal construction projects (airfields, roads, ranges, etc.). The firm may be required to provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commission ing/start-up/fit-up design support. All design CADD files must be delivered in the (*.dgn) format. If the use of scanned files is required, the scanned files must be converted to (*.dgn) format for delivery. All design must comply with the Savannah Distric t Design Manual and the Ft. Bragg Installation Design Guide. ** Selection Criteria: See Note 24 for general selection criteria. Factors listed below will be rated based on a relative weighting as follows: **** Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as anot her factor. For this solicitation, Technical Competence, Geographic Proximity, and Knowledge of Locality are weighted equally and each factor individually is more important than Past Performance, Work Management and Key Personnel and significantly more imp ortant than the other individual factors. Past Performance, Work Management, and Key Personnel are weighted equally and each factor individually is more important than Small Business Participation and Volume of DoD Contract Awards. Small Business Participa tion and Volume of DoD Contract Awards are weighted equally. ** Each criterion should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK in lieu of other offices/employees for firms in multiple locations. For firms that have offices in multipl e locations, evidence of meeting the criteria should be presented for the office and/or employee that would actually be performing the work in response to this announcement. It is recognized that for firms with multiple locations, a project team may be for med from personnel from more than one office. If more than one office is represented, the Selection Board will consider under the Work Management Plan the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. ** Factor 1 - TECHNICAL COMPETENCE. The firm must demonstrate through specific data supplied in Blocks 7, 8 and 10 of the SF 255 specialized and technical competence in (in descending order of importance within this category): ** Desig n of new facilities or utility systems of various types, sizes and complexities; ** Design of projects on Army facilities; ** Sustainable design utilizing the SPiRiT or LEED rating tools. ** Rehabilitation of existing facilities or utility systems, also, o f various types, sizes and complexities; ** Application of Force Protection criteria; ** Cost engineering; ** Construction phase services including shop drawing review and preparation of O&M manuals. ** Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships between the working parties on simila r projects, and most recent firm and employee history of experience on similar projects. Interrelationships between Blocks 7, 8 and 10 of the SF 255 are encouraged. ** Factor 2 - PROXIMITY. Proximity of the firm to Ft. Bragg, NC. ** Factor 3 - KNOWLEDGE O F LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area where the work is anticipated to be accomplished. ** Factor 4 - PAST PERFORMANCE. Past performance on DoD and other contracts wi th respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF255 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. ** Factor 5 - WORK MANAGEMENT. A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, quality con trol procedures, cost control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF 255 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. The length of time the offeror has been working under this work management plan should be identified. ** Fa ctor 6 - KEY PERSONNEL. Key personnel should be listed in Block 7 and should contain resumes with an indication of professional registration and the office location. Disciplines that are required to be registered and licensed are: Architect, civil engineer , electrical engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, and certified industrial hygienist. Other key disciplines that shall be presented are: project manager, interior designer, cost estimator, and landscape architect. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engin eering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. The evaluatio n of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potent ial of working on multiple task order s simultaneously. Please disregard the *to be utilized* statement at Block 4 of SF255. Rather, in Column 4. (B), IN-HOUSE PERSONNEL, only indicate the number of personnel located in the specific office submitting the S F255. All others, including personnel from branch offices in other locations, are to be indicated as consultants in Column 4(A). ** Factor 7 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as prime contractor, subcontrac tor or joint venture partner. ** ALL OFFERORS are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. At a minimum, the narrative shall discuss: ** Goals for subcontracting with small and sm all disadvantaged businesses in sufficient detail to allow Government evaluators to determine that these goals are realistic, justifiable, positive, and in acco rdance with the Government's policy to maximize opportunities for these types of businesses. ** The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have bee n identified for participation as part of the Offeror's team. ** The Offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. ** Factor 8 - VOLUME OF DOD CONTRACT AWARDS. Volume of DoD contract awards in the last 12 months as described in Note 24. ** SUBMISSION REQUIREMENTS: Firms desiring consideration shall submit ONE (1) copy of SF255 (11/92 VERSION ONLY) for prime and ONE (1) copy of SF254 (11/92 VERSION ONLY) for prim e and each consultant and a CD (Word or Adobe) of the entire submittal to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Oglethorpe Avenue, Savannah, GA 31402-0889. Receipt of SF255/SF254 informati on will be due by 4:30 p.m. on 6 June 2003. BLOCK 10 OF SF 255 SHALL NOT EXCEED 10 PAGES PRINTED ONE SIDE OR 5 DOUBLE SIDED PAGES. FONT SIZE SHOULD NOT BE ANY SMALLER THAN 10. FIRMS MUST INCLUDE PRIME'S ACASS NUMBER FOR THE OFFICE PERFORMING THE WORK in block 3b of SF255. For ACASS information, call (503) 808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF255. ****PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. ****THIS is NOT a REQUEST for a PROPOSAL.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah - Military Works P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00319638-W 20030509/030507213552 (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.