Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
SOLICITATION NOTICE

C -- C - Indefinite Delivery, Indefinite Quantity Contract for Design Services for Military Installations and Civil Works projects located within the South Pacific Division

Notice Date
7/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-04-R-0027
 
Response Due
8/13/2004
 
Archive Date
10/12/2004
 
Point of Contact
Marsha Sells, 916-557-5232
 
E-Mail Address
US Army Engineer District, Sacramento
(Marsha.R.Sells@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
C - Indefinite Delivery, Indefinite Quantity Contract for Design Services for Military Installations and Civil Works projects located within the South Pacific Division Contracting Office Address USACE, Sacramento District, ATTN: A-E Negotiations Unit, 1325 J Street, Room 1079, Sacramento, CA 95814-2922 Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected based on demonstrated competence and qualifications for the required work. A-E services are requir ed primarily to support the in-house design resources for both military and civil projects; however, should the need arise and the in-house resources are totally committed, the services may include the full spectrum of design disciplines on all or portions of complete projects. Projects will primarily be located within the South Pacific Divisions military boundaries of CA, NV, UT and AZ and the civil works boundaries of CA, NV, AZ and portions of OR, ID, CO and WY. The contracts may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility. In the case of military projects, the contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the two dimensional drawings in Autodesk AutoCAD CADD software, release 2004. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 2004 format. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format com patible with the AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT with the Standard Generaliz ed Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF). In the case of civil projects, the contractor shall be responsible for drawings using computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in Bentley MicroStation software, Version 8 or higher, electronic digital format. The Government will only accept the final product for full opera tion, without conversion or reformatting, in the Bentley MicroStation format Version 8. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) and the DrChecks review comment management system. The estimates will be prepared using Corps of Engineers Computer Aided Cost Estimating S ystem (M-CACES) (software provided by Government) A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will be designs. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, including A-E services during the construction phase and the operations and control phase. The North American Industrial Classification System code (NAICS) is 541310, which has a small business size standard of maximum $4.0 million of average annual receipts for its preceding 3 fiscal years. More than one firm will be selected from this announcement and it is anticipated that two contracts will be awarded. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in Septe mber 2004. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportu nity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firms strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be include d in the resultant contracts. All contracts awarded from this solicitation must be awarded no later than one year from the date that the responses to this synopsis are due. Each contract will be for a maximum one-year base period from the date of award, and will contain options to ext end for two additional periods. The contract amount for the base period and any option period will not exceed $1,000,000.00 each period. The total contract amount shall not exceed $3,000,000.00. Individual task orders shall not exceed the annual contrac t amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option periods may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. All pricing schedules (for base yea r, and all option periods) will be effective for one full year, regardless of the early exercising of options, beginning with the date of award of the base year. The pricing schedules for the first and second option periods become effective on the 1st and 2nd anniversary dates, respectively, of the contract award. If the Total Estimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year , the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. Task Orders shall not exceed the annual contract amount. This announcement is open to all firms regardless of size. All interested Ar chitect-Engineers are reminded that in accordance with the provisions of FAR sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient perform ance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement to subcontract. The recommended goal for the work intended to be subcontracted is 57.2% for sma ll business. Out of the 57.2% to small business, 10% is for small disadvantaged business (subset to small business), 10% is for small business/woman owned (subset to small business), 3% for HUBZone small business (subset to small business) and 3% is for S ervice-Disabled Veteran-Owned Small business (subset to small business). Large business firms selected for this contract will be required to submit a detailed subcontracting plan at a later date. If the selected firm submits a plan with less than the Cor ps recommended goals, it must submit, in writing, an acceptable rationale why the recommended goals cannot be met, which rationale indicates that at the time the selected firm submitted its SF330 there was genuine belief that the goals would be virtually m et and planning proceeded accordingly. The Corps will negotiate the goals if it deems appropriate, and will vacate the selection if it deems the firm was disingenuous in representing itself as committed to high small business subcontracting goals at the o utset. A detailed plan is not required to be submitted with the SF 330; however, the plans to do so should be specified in Block H of the SF 330. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor R egistration (CCR). Register via the Internet Site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Inform ation Center at 1-800-334-3414. 2. PROJECT INFORMATION: Task orders to be issued under this contract may range in scope from a small study to a new project design. The services could range from an architectural renovation, some of historical significance, a variety of small projects o r may also include design of new projects. Input may be required by the full range of disciplines including but not limited to: architectural, civil, structural, mechanical and electrical engineering. Individual task orders may include maintenance and r epair type projects and miscellaneous architectural and engineering services associated with military installations as well as similar type work for civil works projects. Demolition of existing facilities may be required which will necessitate asbestos an d/or lead based paint investigation with provisions for removal included in the design documents. Engineering services during construction may also be required. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a) through d) are primary. Criteria e) through g) are secondary and will only be used as tie-breakers among technically equal firms. a) Special ized experience and technical competence in: (1) The design of a variety of alteration and repair projects and new facilities. (2) The design of a variety of alteration and repair projects with historical significance. (3) Familiarity with Request for Pro posal documents for Design/Build projects. (4) Use of automated design systems described above (M-CACES, CADD, SPECSINTACT, and ARMS). b) Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compli ance with performance schedules. c) Qualified professional personnel in the following key disciplines: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Landscape, Environmental Engineering, Cost Engineering and Certified Indus trial Hygienist (CIH). The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d) Capacity to accomplish multiple simultaneous task orders at different locations. e) Volume of DoD contrac t awards in the last 12 months. f) Location of the firm in the general geographical area of the South Pacific Division offices and within the South Pacific Division geographical boundaries for Military and Civil Design. g) Extent of participation of sm all business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004 edition) US Government Architect-Engineer Qualifications for Specific Project for themselv es and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. The SF 330 shall not exceed 150 pages. In block E of the SF 330 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 team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 3 30, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Respons es received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other noti fication will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be considered by the agency. PO INT OF CONTACT: Mr. Stanley Shibata (916) 557-7470. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUL-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA05/W91238-04-R-0027/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00621034-F 20040716/040714213408 (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.