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
MODIFICATION

C -- Modification to Presolicitation Notice for IDC for A-E Services Primarily in Support of the Mobile District's Mission in Central and South America and the Caribbean, & for Support of the Military Program in South Atlantic Division.

Notice Date
7/24/2003
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Mobile - Military, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACA01-03-R-0060
 
Response Due
8/27/2003
 
Archive Date
10/26/2003
 
Point of Contact
Judy F. McMichael, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Military
(judy.f.mcmichael@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA THE POC LISTED IN THIS ANNOUNCEMENT IS RESPONSIBLE ONLY FOR SUBMISSION OF THE ANNOUNCEMENT. CONTRACT INFORMATION: This modification replaces the Presolicitation notice posted on 08 July 2003 in its entirety and hereby serves as the official solicitation f or this project. Architect-Engineer (A-E) services are required for an Indefinite Delivery Contract in support of the Mobile District's mission primarily in Central and South America and the Caribbean, and for support of South Atlantic Division. This annou ncement is open to all businesses regardless of size. The contract will be awarded for a period not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $3,000,000 over the three-year life of the contract. The Government intends to initially award the contract for $1,000,000, with the reserved right to modify the contract amount to the full $3,000,000 value during the three-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with sma ll and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.9% be placed with small disadvantaged businesses (SDB), 8.1% be placed with women-owned small businesses (WOSB), 3.0% be pl aced with HUB Zone small business, and 3.0% be placed with Service-Disabled Veteran-Owned Small Business. (A small business Architect-Engineer firm is defined as a firm which has average annual receipts over the past 3 years of no more than $4,000,000.) If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan wh y the above goals can not be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330 (previous SIC code was 8711). The subcontracting plan is not required with this submi ttal. This work will include all A-E and related services necessary to complete the planning and design, and for A-E services during the construction phase. The firm's and/or consultant's cost engineering or estimating specialist(s) for each required desig n discipline applicable to this project, such as architectural, structural, civil, mechanical or electrical, etc., must be specifically identified and his (their) competence indicated by resume(s) in block 7 of the SF 255. The cost engineer(s) or estimator (s) for this project must be full-time professional cost engineer(s) or estimator(s). The cost estimates for this project will be required to be prepared utilizing IBM/MS-DOS compatible MCACES GOLD estimating software. The firm selected must demonstrate ex perience utilizing this software. PROJECT INFORMATION: The contract will primarily be used for projects which will include a variety of site/civil designs, such as roads, grading, drainage, parking areas, aircraft aprons, geotechnical investigations, found ation designs, topographic surveys, and other miscellaneous civil items as well as architectural, mechanical, electrical and structural design including rehab, new construction, or a combination thereof. Ancillary environmental work may be associated with these projects. Some projects will include completion of partial designs, including cost estimates, accomplished by in-house (Government) disciplines. Projects will also include design/build proposal packages requiring A-E design review assistance. Designs must be provided in metric format. Engineering drawings shall be prepared on computer-aided design and drafting (CADD) systems in accordance with the Tri-Servi ce CADD Standards. Technical specifications shall be prepared with Spec Intact Software utilizing Unified Facility Guide Specifications. 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 thru E are primary. Criteria F thru G are secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through co nsultants, the following disciplines, with registration required where applicable: (1) Civil Engineer; (2) Architect; (3) Electrical Engineer; (4) Geotechnical Engineer; (5) Structural Engineer; (6) Mechanical Engineer; (7) Environmental Engineer; (8) Cost Estimator. Evaluation of each discipline will consider education, registration, and relevant experience. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement; B. Specialized Experience and Technical Competence in: (1) Site/Civil Design; (2) Architectural Design; (3) Experience with design/build proposal documents in Latin America; (4) Experience with site investigation and design for projects in Central and South America with established local resources for survey, geotechnical and other site investigations; (5) Experience in Environmental design and permitting, including for work in Latin America the coord ination of local requirements; (6) Experience using automated cost estimating systems including IBM/MS-DOS compatible MCACES GOLD estimating software; (7) Experience and knowledge of applying the applicable requirements of the International Building code, version 2000 to projects in Central and South America; (8) Interim Department of Defense Antiterrorism/Force Protection Construction Standards and Army Security Engineering Manuals TM 5-853-2 and -3; (9) Seismic Design in accordance with FEMA 273 Guideline s for the Seismic Rehabilitation of Buildings and TI 809-05 Seismic Evaluation and Rehabilitation of Buildings; (10) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an organizational chart, qual ity assurance, project cost control, and coordination of the in-house work with consultants; C. Knowledge of Locality: (1) Knowledge of work in Central and South America and the Caribbean with respect to local construction standards, techniques, and materi als; (2) Demonstrated ability to communicate in the Spanish language by members of the consultant team.(3) Knowledge of security threats and risk reduction procedures; (4) Demonstrated ability to travel to remote locations and coordinate access requirement s; (5) Historical cost data and knowledge of cost considerations applicable to construction projects within Central and South America; D. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $300,000 individual task orders simulta neously; E. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules; F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and unive rsities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMISSION RE QUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and one (1) completed copy of their SF 254 for themselves and one (1) for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. George V. Poiroux, 109 St. Joseph Street, Mobile, AL 36602. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 27 August 2003. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after the closing date of this announcement. In Block 2b include RFP Number and in Block 3a list two (2) principal contacts of firm. Include ACASS number in Block 3b of the S F 255. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of t he SF 255, responding firms must indicate the number and amount of fees awarded on DOD A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A project specific design qu ality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Response to Block 10 is limited to 25 pages. This is not a request for proposal. Solicitation packages are not pr ovided. Selection Board is tentatively scheduled to commence on 02 September 2003. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those fi rms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/. URL: http://www.sam.usace.army.mil/ EMAIL cesam.plansroom@sam.usace.army.mil U.S. Army Corps Of Engineers - Mobile, Contracting Division, CESAM-CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001
 
Place of Performance
Address: US Army Engineer District, Mobile - Military P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00382086-W 20030726/030724214915 (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.