Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2004 FBO #0796
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT(S) FOR GENERAL ARCHITECT-ENGINEERING SERVICES INVOLVING VARIOUS MILITARY AND CIVIL WORKS PROJECTS IN OR ASSIGNED TO THE LITTLE ROCK DISTRICT, CORPS OF ENGINEERS

Notice Date
1/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S04R5003
 
Response Due
3/3/2004
 
Archive Date
5/2/2004
 
Point of Contact
Jerrod T. Whittington, 501-324-5045
 
E-Mail Address
Email your questions to USACE Little Rock District
(jerrod.t.whittington@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with PL 92-582 (Brooks A-E Act) as implemented in FAR Subpart 36.6. Architect - Engineering Services are required for various military and civil works projects in or assigned to the Little Rock District and outside the primary area of responsibility at the Government??????s discretion. This announcement is open to all businesses regardless of size. Firms will be selected for negotiation based on demonstrated competence and qualif ications for the required work. The Little Rock District Corps of Engineers intends to award up to two indefinite delivery contracts for general engineering services with anticipated award in July 2004. One contract will be awarded on an unrestricted basis using a full and open competition, and one contract may be awarded as an 8(a) business set-aside. The contract period for the unrestricted award will be for three (3) years and the 8(a) set-a side five (5) years. (In the event both awardees are classified as small businesses, both award periods will be for five (5) years.) Option periods may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhauste d. It is anticipated that the estimated workload for each option period will be $500,000. The cumulative amount of all task orders will not exceed $1,500,000 if an award is made to a large business, and will not exceed $2,500,000 for award(s) to 8(a) busin ess(es). The NAICS Code for this procurement is 541330 with a small business size standard of $4,000,000 average annual receipts over the last 3 fiscal years. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The subcontracting plan will be required with the final fee proposal, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. The plan is not required with this submittal. A minimum of 57.2% of the total planned subcontracting dollars shall be placed with small business (SB) concerns. At least 10% of the contractor's intended subcontract amount be placed with Small Disadvantaged Businesses (SDB), 10% with Wom en-Owned Small Businesses, 3% to HUB Zone small business firms, and 3% with Service-Disabled Veteran-Owned Small Businesses. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals c annot be met. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, neither a prime contractor nor a feder al agency can receive SDB credit when utilizing non-certified contractors/subcontractors. Work will be issued by negotiated firm-fixed-price task orders. 2. PROJECT INFORMATION: Work includes, but is not limited to, preparing engineering reports that present all pertinent data, fieldwork performed, findings and analysis, cost estimates and plans and specifications. Anticipated projects may include archite ctural and engineering design services for new and existing buildings such as administrative and recreational facilities, maintenance building, and various support structures, roads, bridges, and parking areas. Work may include site planning/analysis and visits; architectural studies and surveys; conceptual, schematic, preliminary and final design; design analysis; energy and life cycle/value analysis; specifications, cost estimates; and design/shop drawing reviews. Construction cost estimates will be prep ared using the Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government). Specifications will be produced in SPECSINTACT using Uniform Facility Guide Specifications. Design review comments and their responses will b e performed on Corps of Engineers Review Management System ProjNet/Dr-Checks. 3. 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-e are primary. Criteria f-h are secondary and will only be used as ??????tie-breakers?? ???? among firms that are essentially technically equal. a. Professional qualifications. Qualified personnel in the following key disciplines: Architects, Civil, Mechanical, Electrical and Structural Engineers, Landscape Architects, and CADD Specialists. b. Specialized experience and technical competence: The responding firm must demonstrate experience in civil and military projects as well as recreational planning and design. It should also have the capability to produce AutoCad or Intergraph compatible design files with the capability to translate from on format to the other. The translated format must not require any manipulation by Corps personnel. The responding firm, or their listed subcontractor, must have the following qualifications necessary to perform cost estimates: (1) Cost Engineers that have completed formal training on M-CASES gold 5.31 or later software; (2) Cost Engineers familiar with preparation of detailed cost estimating procedures and construction schedules; (3) Experience with bot h military and civil works breakdown formats for estimates; and (4) Capability for the estimates to be prepared under the guidance and signed by a certified or registered professional. c. Capacity. Capacity to perform two $150,000 task orders in a 150-day period. The evaluation will consider 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 performance on DOD and other contracts with respect to cost contr ol, quality of work, and compliance with performance schedules. e. Specific Knowledge of Locality. f. Geographic proximity. The physical location in relation to the Little Rock District. g. Extent of participation of SB, SDB, and HBCU/Mis in the proposed c ontract team, measured as a percentage of the total estimated effort. h. Volume of DOD contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit 4 copies of SF 255 (11/92 edition), and 4 copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than 4:0 0 PM on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is 4:00 PM of the next business day. The SF 255 shall not exceed 35 pages, including no more than 5 pages for Block 10. Use no smaller than 12-font type. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registr ation can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call the Contractor Appraisal Information Center (CAIC) in P ortland, Oregon at 503-808-4590. In SF 255, Block 10 describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. In Block 10, describe the firm's overall design quality control plan (DQMP). A project-specif ic DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Include an organization ch art of the key personnel to be assigned to the project. Mailing address to send su bmissions: US Army Corps of Engineers, Little Rock District, (CESWL-EC-HA), PO Box 867, Little Rock, Arkansas 72203-0867, ATTN: Scott Douglas. Cover letters and unnecessary elaborate brochures, or other presentations beyond those sufficient to present a co mplete and effective response are not desired. Telegraphic and facsimile submissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Phone calls are d iscouraged. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN00513210-W 20040201/040130212523 (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.