Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOLICITATION NOTICE

C -- AE Indefinite Delivery Contract to Support Residential Communities Initiative (RCI), design and studies within the Norfolk District, U.S. Army Corps of Engineers and North Atlantic Division.

Notice Date
7/27/2004
 
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-0035
 
Response Due
8/26/2004
 
Archive Date
10/25/2004
 
Point of Contact
Debora Gray, (757) 441-7551
 
E-Mail Address
Email your questions to 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 SURVEYING in nature, procured in accordance with PL 92-582 (Brooks AE Act) and FAR Part 36, are required to support Residential Communities Initiative, Military, Civil Works, HTRW , and Work for Others design and studies within or assigned to the Norfolk District, U.S. Army Corps of Engineers and within the North Atlantic Division and within the Corps of Engineers. Approximately two Indefinite Delivery Contracts (IDC) will be negot iated 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 con tract period. The total amount of work will not exceed $3,000,000 per contract. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotia ted firm-fixed-price Task Orders. The contracts may include Task Orders with options for planning, engineering and design, and construction phase assistance. Award of the first contract is anticipated in 1st quarter, FY05. 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 intend s 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 (W OSB); (2) at 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 V eteran 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 thi s 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). To 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.ed i.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Lack 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 Atla ntic Division and the Corps of Engineers but the selection will be based on criteria within the Norfolk District. 2. PROJECT INFORMATION. Projects, primarily SURVEYING in nature, may include the preparation of Real Estate Metes & Bounds surveys, topographic surveys, hydrographic surveys, reports, aerial surveying and mapping, scanning existing mylar drawings to produc e digital data of the drawings, and related professional engineer service as needed for Residential Communities Initiative, Military, Civil Works, HTRW, and Work for Others work assigned to the Norfolk District and within the North Atlantic Division and th e Corps of Engineers. These contracts, p rimarily SURVEYING in nature, may include Real Estate Metes & Bounds surveys, topographic surveys, and hydrographic surveys, etc. This work could be performed in or around new facilities or repair or renovation to existing facilities. The designs will be prepared in the English system of measurement. The A-E shall be responsible for survey preparation using computer-aided design and drafting (CADD) software and delivering the three-dimensional drawings in Autodesk AutoCAD CADD software. All drawings produ ced for this contract shall be in compliance with the A/E/C CADD Standards as issued by the CADD/GIS Tech Center (http://tsc.wes.army.mil/products/standards/AEC/intro.asp). The Government will only accept the final 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. 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) Metes & Bounds surveys, topographic surveys, and hydrographic surveys, etc. 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. (2) Computer Resources -firms must indicate in Block H of the SF 330 CADD capability with capacity to produce output files in .dxf and/or .dwg file format, including production of .cal format files for solicitation purposes; (3) The selected firm must have demonstrated experience and capability to produce scale correct, color and/or false color infra-red, digital orthophoto mapping data. (3) Quality management procedures. Describe the firm's quality management procedures (address in block H of SF 330). 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. b. Qualified registered professional personnel in the key disciplines: Certified/Licensed Surveyor, two Certified Photogrammetrists, and Civil Engineer. Qualifications of the project manager shall also be provided. The evaluation will consider education, registration, and overall and relevant experience. The submittal shall include a matrix showing experience of the proposed lead disciplines on the projects listed in block F of the 330. c. Past Performance on government contracts with respect to cost control, quality of work, and compliance with performance schedules, as de termined from references, other sources or ACASS. d. Knowledge of local conditions within Virginia and the North Atlantic Division and the Corps of Engineers. 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: Land Surveyor and Civil Engineer. The evaluation will look at numbers l isted in the SF 330 to evaluate the specific team identified for the contract as well as the overall capacity of the team. f. Extent of participation of 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 aw arded in the last 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 330 for the survey team and single copies of current SF 330 for the prime firm and all consultants, to the above address not later than 4:30 PM on August 26, 2004. The SF 330 shall not exceed 1 single sided page per resume, in Block E, a total of 10 projects in Block F and use no smaller than 12 pitch type-font. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. The 1/2004 edition of the SF330 is required. Forms may be obtained through GPO at (202)512-1800 or via the web site athttp://contacts.gsa.gov/webforms.nsf. FIRMS ARE CAUTIONED NOT TO DUPLICATE INFORMATION. FIRMS SHOULD INSERT REQUIRED INFORMATION ONLY IN ITS PROPER PLACE. ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTR ATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the web site at http://ccr2000.com. The SF 330 must also include the following: The SF 330 shall clearly indicate the staffing of the office indicated to do the work and must also include the following: a. Block H: prime firm's AC ASS # and distance (in driving miles) from address of office to perform the work to the Norfolk District. For ACASS information, call 503-808-4590 or visit https://www.nwp.usace.army.mil/ct/i/; b. Block 8c and 4 of Part II include your Data Universal Numbe ring System (DUNS) number and Commercial and Government Entity (CAGE) Code. c. Firms with more than one office - (1) Block C: this block should reflect 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 E, 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 r ole on each listed project (project manager, architect, design engineer, etc.) and identify where the team member is located if different from SF 330, Block 4. Block E: each key person's office location; d Block E: registrations must include the year, disc ipline and state in which registered; e. Block F: Include a descriptive project synopsis of major items of work; f. Block 11. Indicate fee in terms of thousands of dollars, not percentage of work completed. Indicate the contract award dates, number, and am ount 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 H. The selected firm must (1) have computer connectivi ty (Internet access with 128 bit encryption, E-mail and a virus protection software) to communicate with government personnel; (2) 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). (3) Show ability to produce CD-RW data disks. All transmission of electronic files shall be accomplished on CD-RW disks in the formats specified. (4) Describe owned or leased equipment that will be used to perform this contract. (5 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. (6) Describe Quality Management practices. A project specific survey quality con trol 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 work may be interviewed either by teleph one or by formal presentation. 5. CONTINUITY OF EXPERTISE/REQUIREMENT FOR CONSULTANTS: The A-E firm shall utilize experienced, highly qualified professionals for each of the major design disciplines and for overall coordination of the surveys. Those professionals represented by A-E firm in the Form SF 330 Proposal Document as those responsible for surveys, survey supervision, project management, or quality assurance shall be retained in that respective capacity throughout the survey projects. Qualified consultants shall be retained by th e A-E if in-house expertise is not suitably qualified. This expertise must remain available during the entire course of project surveys. In the event that substitution for an original consultant(s) or design team member(s) is required, the Corps of Enginee rs, 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) or design team mem ber(s) for approval by the Contracting Officer; only equally qualified personnel shall be considered. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN00631348-W 20040729/040727212351 (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.