Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT-ENGINEER SERVICES PRIMARILY GEOTECHNICAL IN NATURE WITHIN THE JURISDICTION OF THE NORFOLK DISTRICT, CORPS OF ENGINEERS.

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-04-R-0018
 
Response Due
4/6/2004
 
Archive Date
6/5/2004
 
Point of Contact
Debora Gray, (757) 441-7551
 
E-Mail Address
US Army Engineer District, Norfolk
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect and engineering services, primarily GEOTECHNICAL in nature, procured in accordance with PL 92-582 (Brooks AE Act) and FAR Part 36, are required to support Military, Civil Works, HTRW, and Work for Others design and studies within or assigned to the Norfolk District, U.S. Army Corps of Engineers. Approximately two Indefinite Delivery Contracts (IDC) will be negotiated and awarded, each with a total contract period not to exceed three years. The contracts may consist of a base period not to exceed one year, with a maximum of two one-year option periods. Alternatively, the contracts may consist of one three-year contract period. The total amount of work will not exceed $3,000,000 per contract. An option period may be ex ercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price Task Orders. The contracts may include Task Orders with options for planning, enginee ring and design, and construction phase assistance. Award of the first contract is anticipated in 3rd quarter, FY04. The method used to allocate task orders among contracts will include consideration of experience and user needs, capacity to accomplish the order in the required timeframe, performance and quality of deliverables, and proximity of the firm to the project. Funds are not presently available for the contracts. This announcement is open to all businesses regardless of size. If a large business is selected for these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Norfolk District are: (1) at least 62 % of a contractor 's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) a t least 9 % of a contractor's intended subcontract amount be placed with SDB; (3) at least 5 % of a contractor's intended subcontract amount be placed with WOSB; (4) 2 % placed with HUB Zone small businesses; and (5) 3 % placed with Small Business Veteran Owned business. The plan is not required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee’s office location (not the location of the work). T o 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://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. L ack of registration in the CCR database will make an offeror ineligible for award. Task orders may be assigned for any work within the jurisdiction of North Atlantic Division but the selection will be based on criteria within the Norfolk District. 2. PROJECT INFORMATION. Projects, primarily GEOTECHNICAL in nature, may include the preparation of special reports, studies (to include value engineering studies), development of design criteria, and design of new construction and renovation projects as ne eded for Military, Civil Works, HTRW, and Work for Others work assigned to the Norfolk District and within the North Atlantic Division. These contracts, primarily GEOTECHNICAL in nature, may include preparation of reports, plans, specifications and studies for earthwork structures and building foundations, and groundwater controls; sampling and testing for geotechnical purposes of clean and contaminated material; anal yses for foundation and other site investigations; investigations of shallow channels; topographic surveys; planning and design work involving site & utility, environmental, cultural resource, and geotechnical investigations and reports; aerial, topographi c and metes & bounds surveys; preparation of programming documents, parametric designs, contract drawings, technical specifications, design analyses, GIS, and computer aided cost estimating. Construction phase services, including shop drawing review, desig n during construction, site visits, construction phasing & scheduling, etc., could be included as options on task orders. This work could be performed in or around new facilities or repair or renovation projects The design will be prepared in the English system of measurement. The A-E shall be responsible for design and drawing preparation using computer-aided design and drafting (CADD) software and delivering the three-dimensional drawings in Autodesk AutoCAD CADD software. All drawings produced for this contract shall be in compliance with the A/E/C CADD Standards as issued by the CADD/GIS Technology Center (http://tsc.wes.army.mil/products/standards/AEC/intro.asp). The Government will only accept the final design products , without conversion or reformat ting, in the Autodesk AutoCAD 2002 format (.dwg), usable on the target platform specified herein. The target platform is a Pentium 500 HMz, 128 MB Ram, 10 GB Hard Drive with a Windows 2000 operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format electroni c digital format for solicitation purposes. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be deliv ered in Adobe Acrobat Portable Data Format (.pdf) for solicitation purposes. All disciplines shall formulate and submit the final design analysis product, including all revisions during the design process, at the completion of the design process. Design an alysis format shall be Adobe Acrobat Portable Data Format (.pdf). 3. SELECTION CRITERIA. See Note 24 for a general description of the AE selection process. 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. Criteri a f-h are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in: (1) Design of new buildings and/or structures, similar to the categories listed in paragraph 2 above. Projects o lder than five years will not be considered. Similar projects newer than three years will receive higher ratings. (2) Quality management procedures. Describe the firm’s quality management procedures (address in block 10 of SF 255). The evaluation will consider quality control coordination between disciplines and subcontractors, quality control procedures (type and timing of reviews, reviewers, etc.). A detailed quality control plan is not required with this submission but will be required subsequent to award of a contract. (3) Experience in sustainable design, using either the Sustainable Project Rating Tool (SPiRiT) or LEED Green Building Rating System. Sustainable design consists of using an integrated design approach and emphasizing environmental ste wardship, 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 mater ials utilization; and development of healthy, safe and productive work environments. The eva luation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel (architect, mechanical, civil) that demonstrate their experience and training in sus tainable design. (4) Design of repair and renovation projects, similar to the categories listed in paragraph 2 above. Projects older than five years will not be considered. Similar projects newer than three years will receive higher ratings. b. Qualified r egistered professional personnel in the key disciplines: geotechnical, civil, certified industrial hygienist, and land surveyor. Qualifications of the project manager shall also be provided. The evaluation will consider education, registration, and overal l and relevant experience. The submittal shall include a matrix showing experience of the proposed lead designers on the projects listed in block 8 of the 255. The selected firm must also possess an in-house soild and material testing lab and either in-hou se or consultant soil exploration capability for foundation investigations. c. Past Performance on government contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from references, other sources o r ACASS. d. Knowledge of local conditions within Virginia and the North Atlantic Division, specifically regarding climatic conditions; local construction methods; and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key disciplines. e. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: architect; mechanical; electrical; civil; structural. The evaluation will look at numbers listed in the SF 255 and the SF254 to evaluate the specific team identified for the contract as well as the overall capacity of the team. f. Extent of participation o f SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic proximity. h. Volume of DoD contracts awarded in the la st 12 months to the prime A-E firm as described in Note 24. 4. SUBMISSION REQUIREMENTS. See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having capabilities to perform this work are invited to submit a sing le SF 255 (11/92 edition) for the design team and single copies of current SF 254 (11/92) for the prime firm and all consultants, to the above address not later than 4:30 PM on the response date indicated above. The SF 255 shall not exceed 1 single sided p age per resume, in Block 7, a total of 10 projects in Block 8 and use no smaller than 12 pitch type-font. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. The revised 11/92 edition of the SF255 (NSN 7540-01-1 52-8074) & SF254 (NSN 7540-01-152-8073) is required. Forms may be obtained through GPO at (202)512-1800 or via the web site athttp://contacts.gsa.gov/webforms.nsf/(formslist)?openform&count=1000&category=Standard+Forms&expandview. The SF 255 shall clearly indicate the staffing of the office indicated to do the work and must also include the following: a. Block 3: prime firm's ACASS # and distance (in driving miles) from address of office to perform the work to the Norfolk District. For ACASS information, ca ll 503-808-4590 or visit https://www.nwp.usace.army.mil/ct/i/; b. Block 3a. include your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. c. Firms with more than one office - (1) Block 4: this block should ref lect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Block 7, provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members, and indicate the tea m members role on each listed project (project manager, architect, design engineer, etc.) and identify where the team member is located if different from SF 255, Block 3b. Block 7c: each key person's office location; d Block 7f: registrations must include the year, discipline and state in which registered; e. Block 8b: Include a descriptive project synopsis of major items of work; f. Block 9. Indicate fee in terms of thousands of dollars, not percentage of work completed. Indicate the contract award dates, number, and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. g. Block 10. The selected firm must have computer connectivity (Internet access with 128 bit encryption, E-mail and a virus protection software) to download or access the SPECSINTACT specification system; the MCACES cost estimating system, and the DrChecks review management system and communicate with go vernment personnel. (1.) Show accessibility to and familiarity with the Construction Criteria Base (CCB) and the Criteria Bulletin Board System (CBBS). (2.) Show the ability to produce Adobe Acrobat Portable Data (.pdf) format specifications. (3.) Show fam iliarity with the Corps of Engineers Computer Aided Cost Estimating System (M-CACES). (4.) Show CADD capability with capacity to produce output files in Autodesk AutoCAD 2002 format, including production of Computer-aided Acquisition and Logistic Support(. cal) format files in a Maxview slide show type reader file (.svd) for solicitation purposes. (5) Show ability to produce CD-RW data disks. All tramission of electronic files (specifications, drawings, and design analyses shall be accomplished on CD-RW disk s in the formats specified. (6.) Describe owned or leased equipment that will be used to perform this contract. (7.) Provide an organizational chart including all key elements of the design team demonstrating the firm’s understanding of and ability to execute projects under the contract. (8.) Describe demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design [FAR 36.602-1(a)(6)]. (9.) Describe Quality Management practices. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Prior to the final selection, firms considered highly qualified to accomplish the wor k may be interviewed either by telephone or by formal presentation. 5. CONTINUITY OF EXPERTISE/REQUIREMENT FOR CONSULTANTS: The A-E firm shall utilize experienced, highly qualified design professionals for each of the major design disciplines and for overall coordination of the design. Those design professionals represente d by A-E firm in the Form SF 255 Proposal Document as those responsible for design, design supervision, project management, or quality assurance shall be retained in that respective capacity throughout the design project. Qualified design consultants shall be retained by the A-E if in-house expertise is not suitably qualified. This expertise must remain available during the entire course of project design. In the event that substitution for an original consultant(s) or design team member(s) is required, the Corps of Engineers, Norfolk District, shall be notified immediately in writing. The A-E shall furnish documentation indicating the experience and qualifications of the consultant(s) or design team member(s) proposed to replace the original consultant(s) o r design team member(s) for approval by the Contracting Officer; only equally qualified pe rsonnel shall be considered. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA65/W91236-04-R-0018/listing.html)
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN00536075-F 20040305/040303230933 (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.