Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2003 FBO #0697
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Architect-Engineer (A-E) Services for the Albuquerque District

Notice Date
10/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-04-R-0001
 
Response Due
11/24/2003
 
Archive Date
1/23/2004
 
Point of Contact
Linda Anderson, (505) 342-3451
 
E-Mail Address
Email your questions to US Army Engineer District, Albuquerque
(Linda.J.Anderson@spa02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: Up to two Indefinite Delivery Contracts will be awarded for Architect - Engineer (A-E) services for a period of one year with options for two additional years each. The contract(s) will be primarily for A-E studies and design on support for others and military projects within the Albuquerque District boundaries, which include Southern Colorado, Arizona, New Mexico and Southwest Texas. However, the Contractor may be required to perform work outside this area. The successful firm( s) may be utilized for complete projects or in support of in-house efforts. Services during construction to include construction inspection, shop drawing review and as-built drawing preparation may be required. These contracts will be procured in accorda nce with Pl 92-582 (Brooks A-E Act) and FAR Part 36. Work will be negotiated and initiated by issuance of delivery orders, which will not exceed $3,000,000 over the life of the each contract. The anticipated award dates are February or March 2004. Thi s procurement is unrestricted. Where the Government has multiple Indefinite Delivery Contracts for identical services, delivery orders will be issued to the various firms based on similar project experience, expertise, workload, and performance on previou s projects. All things being equal, the intent is to equally distribute the work. 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. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. I f any of the work is to be subcontracted, the Albuquerque District goal is for 61.4% of the subcontracted dollars to go to small business with 9.1% of those dollars going to small disadvantaged business, 5.0% of those dollars to woman owned business, 1.5% of those dollars to HUB-zone small business, and 3% of those dollars to service disabled veteran owned small business. To be eligible for contract award, a firm or Joint Venture must be registered in the DOD Central Contractor Registration (CCR). Registe r via the Internet Site at http://www.ccr.gov. 2. PROJECT INFORMATION: The work may include any and all types of architectural or engineering studies and reports, preliminary and final designs to include cost estimates, plans and specifications, associat ed site surveys and mapping, and services during construction. Some designs may be developed using the metric system of measurement. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descendin g order of importance (first by major criterion and then by each sub-criterion). Criteria ( a) through (e) are primary. Criteria (f ) through (h) are secondary and will be used as 'tie-breakers' among technically qualified firms. a. Demonstrated Specia lized Experience and Technical Competence in: 1) Preparation of plans and specifications and construction cost estimates for: administrative offices, schools, family housing/dormitory projects, aircraft support facilities, aircraft hangars, vehicle maint enance facilities, and building additions/alterations projects. 2) Design charrettes, comprehensive interior design (CID), anti-terrorism force protection, landscape design and site development. 3) Design of roads, parking areas, airfield pavements, and utility improvement projects. 4) Preparation of Design/Build Requests for Proposal (RFP). 5) Implementation of a Design Quality Management Plan. 6) The ability to accomplish construction cost estimates utilizing M-CACES Gold or Composer Plus software. 7 ) The ability to create drawings in AutoCAD Release 2000 usable format and MicroStation Version 8 or later and narratives compatible with MS Word format. 8) Pe rformance of formal 40-hour Value Engineering studies in accordance with standard VE methodology. 9) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustain able design. b. Qualified Professional Personnel in the following disciplines: Firms must be able to provide registered professionals assigned in the positions for Project Management, Architecture, Structural Engineering, Mechanical Engineering, Electr ical Engineering, Civil Engineering, Geotechnical Engineering, Fire Protection Engineering, and an Architect or Engineer value engineering team leader who has been formally trained in value engineering methodology. The firm must be able to provide a Cost Estimator with M-CACES Gold or Composer Plus experience. The Project Manager(s) must have experience managing Air Force design projects. The design team must be familiar with the Unified Facilities design criteria. The firm must also be able to provide CADD Technicians familiar with AutoCAD and MicroStation software, and the AEC CADD Standards. Preference will be given to those firms with in-house capabilities in Project Management, Architecture, Civil Engineering, Structural Engineering, Mechanical En gineering and Electrical Engineering. Joint Venture Firms will be considered as having capabilities in-house. c. Past performance on DOD and other contracts in terms of cost control, quality of work, and compliance with performance schedules will be ev aluated. d. Capacity: The firm must demonstrate the capacity to accomplish two concurrent delivery orders. e. Knowledge of the Locality: Firm's knowledge of Kirtland, Cannon, Holloman, Luke and Davis-Monthan Air Force Bases as well as the area encom passed by the Albuquerque District boundaries will be a consideration. f. Location: Physical location of the A-E's and consultants' offices to perform the work, relative to Albuquerque, New Mexico, will be evaluated. g. Volume of DOD contract awards in the last 12 months will be considered as described in Note 24. h. Extent of participation of SB, SDB, historically black colleges and universities and minority institutions, women owned, and Hub Zone business in the proposed contract team, measured as a percentage of the estimated effort will be evaluated. 4. SUBMISSION REQUIREMENTS: See note 24 for general submission requirements. 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 the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the next business day. Solicitation packages are not provided. The solicitation number is W912PP-04-R-0001 . Only data furnished by the responding firm on the SF 254 and SF 255 will be considered in the selection process. Personnel qu alifications of all key subcontractors are to be included in block 7 of the SF 255. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall identify the office locations a t which the in-house and subcontracted tasks will be performed. The SF 255 should specifically address the requirements of this announcement. Responding firms are requested to summarize their Quality Management Plan and identify all relevant computer capabilities in Block 10 of the SF 255. Firms responding as Joint Ventures must state the intent in block 5 of the SF 255. Joint Venture Firms must submit a comb ined SF 254 for the joint venture entity. Firms shall include only 10 PROJECTS TOTAL in block 8 of the SF 255. FIRMS SHALL LIMIT BLOCK 10 OF THE SF 255 TO NO MORE THAN 10 PAGES. The POC is Linda J Anderson (505) 342-3451. No other general notifications will be made and no further actions will be required from firms under consideration. This is not a Request For Proposal.
 
Place of Performance
Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
Country: US
 
Record
SN00458730-W 20031025/031023213317 (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.