Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2003 FBO #0604
SOLICITATION NOTICE

C -- UP TO THREE INDEFINITE DELIVERY CONTRACTS FOR MULTIDISCIPLINARY SERVICES (ARCHITECTURAL, CIVIL, STRUCTURAL, MECHANICAL, ELECTRICAL, ENVIRONMENTAL) WITHIN THE SOUTHWESTERN DIVISION BOUNDARIES

Notice Date
7/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth - Military, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
DACA63-03-R-0022
 
Response Due
8/22/2003
 
Archive Date
10/21/2003
 
Point of Contact
Ron Hansen, 817 886-1083
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth - Military
(Ronald.M.Hansen@swf02.usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
NA 1. CONTRACT INFORMATION: Multidiscipline Design or other Professional Services, procured in accordance with PL-582 (Brooks A-E Act) and FAR Part 36, are required for engineering, design, and related services to potentially include but not limited to any o r all of the following: design, drafting, and planning services for new construction and/or renovation, demolition and alterations of existing facilities; military construction programming; civil works studies and design; construction cost estimating; top ographic or boundary surveys; on site construction management; various engineering studies and site investigations; value engineering services; subsurface geotechnical investigation and testing. Environmental studies/surveys and abatement design services may also be required. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. The North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,000,000 in average annual receipts and corresponds to SIC Code 8711. The initial contract is anticipated to be awarded on or about September 2003. Up to three contracts may be awarded from this announcement, two to be open to all businesses regardless of size and for a total cumulative amount not to exceed $3,000,000.00 each for a term of not to exceed three years for each (the term to consist of a Base Year and two one-year renewal options), and one to be awarded as a Smal l Business Set-Aside, for a total cumulative amount not to exceed $5,000,000.00 and a term of five years (the term to consist of a Base Year and four one-year renewal options). The intent of the acquisition is to award up to three contracts, one Small Bus iness and two unrestricted. Should the Small Business competition fail to identify a Small Business firm, the Government reserves the right to convert the Small Business competition to unrestricted. If a large business firm is selected for this announcem ent it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of thi s contract are: (1) at least 57.2% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 8.9% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 8.1% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 3% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 3% of a contractor's intended subcontract amount be placed with HUBZone SB. The plan is not required as part of this submittal, but will be required with the fee proposal of the firm selected for negotiations. Before a small disadvantaged business is proposed as a potential subcontractor, they must be registered in the database maintained by the Small Business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the 254 and 255s are submitted will result in their elimination as a proposed s ubcontractor. The wages and benefits of service 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. The proposed services will be obtained by Negot iated Firm-Fixed Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the Option of Fort Worth District, Corps of Engineers. Task Orders issued against contracts awarded under this announceme nt may be by or for other Government agencies. 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 http://www.ccr.gov or be contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following fact ors in deciding which contractor will be selected to negotiate an order: (1) uniquely specialized experience, (2) performance and quality of deliverables under the current IDC, (3) ability to accomplish the order in the required time, (4) proximity of the firm to the project site and familiarity with design criteria/codes and construction methods used at the locality, and (5) equitable distribution of work among the contractors. 2. PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E services are to be utilized. Projects are anticipated to be prim arily but not limited to design of the Army and Air Force Military Construction Program executed by Fort Worth District which consists of projects primarily in Texas, New Mexico and Louisiana. The work may involve design; drafting; planning; studies; site investigations; survey for hazardous, toxic, or regulated materials (asbestos, lead based paint, soil, etc.); topographic and/or boundary surveys; on site construction surveillance/contractor submittal review; and subsurface geotechnical investigations/te sting. Design projects are expected to include new construction, maintenance/repair or alterations to existing facilities, and demolition of existing facilities. Work may also include engineering studies or value engineering services. Design considerati ons also include landscaping, architectural hardware, electronic communications, environmental or EPA regulatory considerations including stormwater pollution prevention plans. Project deliverables may include engineering studies, environmental surveys (a sbestos, lead based paint, soil, etc.), CADD produced plans, specifications prepared utilizing Specsintact (government furnished software), construction cost estimates prepared utilizing M-CACES (government furnished software), design analysis, and weekly status reports. All deliverables are required in hard copy and as electronic files on compact disks. 3. SELECTION CRITERIA: Selection criteria in descending order of importance are as follows (Criteria (a)-(e) are primary criteria; items (f)-(j) are secondary and are used as tie-breakers among technically equal firms): (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255.): (1) The selected team must demonstrate recent (within the past 5 years) and significant experience in the design of facilities and infrastructure at Military Installations (primarily Army and Air Force), paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, service/command unique requirements, value engineering and environmental issues. (2) Firms must demonstrate the capability to design projects incorporating the latest DOD Force Protection/Anti-Terrorism criteria. (3) Firms must have personnel with at least five years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 80 and 101 and MIL-HDBK-1008C. The firm must also state if it is familiar with the contents of UFC 3-600-01, Design: Fire Protection Engineering for Facilities, which has replaced MIL-HDBK 10008C and is aware of the differences between the two. (4) Demonstrate experience in design and survey required for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances. Survey team members must have demonstrated experience in use of a suitable X-ray fl uorescence device during on-site surveys for le ad based paint. (5) Firm must demonstrate past designs, which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA) requirements. (6) Firm must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (7) Firms must demonstrate experience in evaluating contractor's submittals and performing construction surveillance. (8) Firms must demonstrate the ability to prepare specifications using the Government furnished program, Specsintact and Construction cost estimates the using Government furnished program, M-CACES. Design Team members must demonstrate prior experience in the use of both programs. (9) Firms must demonstrate the ability to submit drawings in both AutoCAD and Bentley Microstation utilizing current versions. (10) Firms must demonstrate the ability to provide data files on CD-ROM discs, create CAL raster files of all CADD drawings, and create PDF files of specifications and other documents. (11) All narrative text, other than specifications, shall be completed using Microsoft Word and Excel on Windows 95/98/2000/Me/NT compatible equipment OR the word processing software utilized must be importable by MS Word (2000) and the spreadsheet util ized must be importable by MS Excel (2000) working in a Windows 95 or later environment. MS-Access capability or a database which can be imported into MS-Access (2000) is also required. If Microsoft XP OS with the compatible Microsoft XP Suite is used, t he XP software output for deliverables must be set for Windows 2000. Firms must demonstrate the capability to comply with these requirements. (b) Professional Capabilities: Indefinite Delivery Contracts will require for each A-E Contractor (either in-house or through consultant) as a minimum, the following: one Project Manager, three Registered Architects, one Landscape Architect, one Archit ectural Hardware Specialist, three Registered Electrical Engineers, three Registered Mechanical Engineers, three Registered Civil Engineers, three Registered Structural Engineers, one Qualified Fire Protection Engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; 2) A registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES); or 3) A reg istered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), one Life Safety Specialist, two environmental survey personnel (asbestos, lead based p aint, soil, etc.), two environmental design personnel (asbestos, lead based paint, soil, etc.), one Value Engineer, two Cost Estimators, one Registered Surveyor and survey crew, and a testing lab (Geotech and Environmental-asbestos, lead based paint, soil, etc.). None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. Resumes for the survey crew and testing lab are not required. Repeat Resume Page as needed to provide all required resumes. (c) Firms must demonstrate adequate team capacity to design three task orders concurrently meeting all schedules. (d) Knowledge of Locality: Firms must demonstrate familiarity with the Texas, New Mexico and Louisiana areas and their applicable architecture, building codes, en vironmental regulations, soil conditions, seismic requirements, and regulatory agencies. (e) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, items (f) through (j), are secondary criteria: (f) Demonstrate past performance in preparing DOD, preferably Corps of Engineers, design-build solicitations. (g) Subcontracting: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. (h) Volume of DOD contract awards. In Block No. 10 of the SF 255, firms must show their last 12 month's DOD contract awards stated in dollars. (i) In Block No 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. (j) Geographic Proximity of firm to the Fort Worth District Office. 4. SUBMITTAL REQUIREMENT: Submittals should be sent to: US Army Corps of Engineers, Attn: Bob Gilbert, Room 4A17, 819 Taylor Street, Fort Worth, Texas 76102-0300 (PO Box 17300). (a) Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants to the above address not later than 4:30 p.m. (Central Time) on t he response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next business day. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and each proposed consultant even if an SF 254 is already on file. SF 254??????s shall be provided for the specific prime and subc ontractor offices proposed to perform the work. Indicate in Block No. 4 of each SF 254 if the firm is a Large, Small, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales f or the preceding three fiscal years, must not exceed $4 million. (c) Submit only one SF 255 for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. The A-E shall not include company li terature with the SF 255. In Block No. 3 of the SF 255, provide the ACASS number for the prime A-E or Joint Venture. The ACASS number must be for the firm performing the work/; i.e. not the parent company ACASS number, but an ACASS number specifically for the office performing the work. Each branch office and/or joint venture must have their own ACASS number. For assignment of ACASS numbers, contact the POC, Lavern Brewster, at the ACASS Center in Portland, OR, @ 503-808-4591. (d) Include solicitation number in Block No. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract by discipline (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block No. 7 of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated in paragraph 3b. (g) It is suggested that Block 8 of the SF 255 be modified to include one relevant project per page to ensure that scope of relevant projects is clearly defined, that participation by the proposed design team is defined on past projects, etc. Project de signs should have been initiated within the past 5 years. Do not exceed ten pages for Block 8. (h) In Block 10 of the SF 255, state and address each of the numbered, including subparagraphs, items listed in Secti on 3. Selection Criteria. Clarify participation by proposed team personnel by name, experience, and training proposed by this SF 255. Reference individual resumes to minimize duplication if desired. DoD awards should be shown in an itemized summary incl uding Agency, Contract Number, Project Title, and Award Amount dollars. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Do not exceed twenty pages for Block 10. (i) Front and Back sides use of a single page will count as 2 pages. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. (j) Personal visits to discuss this announcement will not be scheduled. (k) Solicitation packages are not provided for A-E contracts. Points of Contact Contracting ?????? Ronald Hansen, (817) 886-1083 Technical ?????? Bob Gilbert, (817) 886-1890 Email your questions to US Army Engineer District, Fort Worth ?????? Military at Ronald.M.Hansen@swf02.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Fort Worth - Military PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00382075-W 20030726/030724214905 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.