Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOURCES SOUGHT

C -- Multidiscipline Indefinite Delivery Contracts (IDC) for Fort McPherson/Ft Gillem, GA

Notice Date
9/1/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-04-R-0098
 
Response Due
10/1/2004
 
Archive Date
11/30/2004
 
Point of Contact
Linda Smulevitz, 912-652-5902
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(linda.l.smulevitz@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical questions should be directed to David S. Barber at (404) 464-2207 or david.barber@forscom.army.mil; if you have questions concerning SF330 / debriefings or the status of the selections contact Lucie Hughes at (912) 652-5645 or lucie.m.hughe s@sas02.usace.army.mil; Contractual Questions: Nina Jodell at 912-652-5465 or nina.g.jodell@sas02.usace.army.mil. *** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of three multidiscipline Indefinite Delivery Contracts (IDC). These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demon strated competence for the required work. *** The contracts awarded as a result of this announcement will be administered by the Ft. McPherson Directorate of Public Works for use on federal projects at Ft. McPherson, GA, and Ft. Gillem, GA. Contracts ma y be issued up to one year after selection approval. Contract limits and contract size will be determined at the time of selection. Typically, the contracts will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years maximum. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The total amount of each contract over the three-year ord ering period may not exceed $1,500,000. Task Orders will be primarily for small projects with a construction value typically under $2 million; however, if required, larger projects will be executed under this contract. These task orders are firm fixed pric e. *** Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: (1) Performance and quality of deliv erables under the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, and (3) Equitable distribution of work among identical contracts. The NAICS is 541330; size standard $4 million. *** This announcement is ope n to all businesses. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their inte nt to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance wi th FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 57.2% TO SMALL BUSINESS; 10.0% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS) ; 10.0% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% HUBZO NE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% TO SERVICE-DISABLED VETERAN-OWNED SMALL BUISNESS (A COMPOSITE OF S MALL BUSINESS AND VETERAN-OWNED SMALL BU SINESS). While the Savannah District does not have a specific target for subcontracting with Veteran-owned Small Businesses, this must be addressed in any subcontracting plan. Written justification must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firms selected for negotiations. For additional information, contact Leila Hollis at (912) 652-5340.** 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://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. ***** 2. PROJECT INFORMATION: Work may consist of preparation of rep orts, studies, project planning, design criteria, preparation of drawings and specifications, cost estimates, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. The work primarily consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as some smaller horizont al construction projects (airfields, roads, ranges, etc.). The firm may be required to provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up d esign support. All design CADD files must be delivered in the (*dgn) format. All design must comply with the Savannah District Design Manual and the Ft. McPherson or Ft. Gillem Installation Design Guide. ***** 3. SELECTION CRITERIA: See Note 24 for gene ral selection criteria. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Technical Competence, Geographic Proximity, and Knowledge of Locality are weighted equally and each factor individually is more important than Past Performance, Work Management and Key Personnel and significantly more important than the other individual factors. Past Performance, Work Management, and Key Personnel are weighted equally and each factor individually is more important than Small Business Participation and Volume of DoD Contract Awards. Small Business Participation and Volume of DoD Contract Awards are weighted equally and will only be used as *tie-breakers* among fi rms that are essentially technically equal. ** Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the government that the offeror will succ essfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firms determined to be most highly qualified. *** Information on each factor should be submitted FOR THE OFFICE AND/OR EMPL OYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. *** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Spe cialized experience and technical competence in (in descending order of importance within this category): ** Design of new facilities or utility systems of various types, sizes, and complexities; ** Design of projects on Army installations; ** Sustainable design utilizing the SPiRiT or LEED rating tools; ** Rehabilitation of existing facilities or utility systems, also, of various types, sizes, and complexities; ** Application of Anti-Terrorist/Force Protection criteria; ** Cost engineering; ** Construct ion phase services including shop drawing review and preparation of O&M manuals. Technical competence will be judged based on a minimum of satisfactory performa nce and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and most recent firm and employee history of experience on similar projects. FACTOR 2 - GEOGRAPHIC PROXIMITY. Pr oximity of the firm to Ft. McPherson, GA. *** FACTOR 3 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects at Ft. McPherson, GA. *** FACTOR 4 - PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of the SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. *** FACTOR 5 - WORK MANAGEMENT/CAPACITY. A proposed management plan shall be presented in Section H which briefly addresses the management approach, team organization , quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the pri mary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. Address the firms capacity to perform multiple simultaneous task orders.*** FAC TOR 6 - KEY PERSONNEL. Resumes for qualified personnel should be presented in Section E for the following key personnel. All key personnel shall be shown on the organization chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: Architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, fire protection engineer, geotechnical engineer, land surveyor, and certified industrial hygienist. Resumes shall be provided for other key personnel as follows: Project manager, interior designer, cost estimator, and landscape architect. Registration/certification for all is encouraged. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, or (b) have passed the National Council of Examiners for Engineering and Surveys fire protection engine ering examination. One resume only shall be provided for each of the above key personnel. Other personnel should be shown on the organization chart by discipline in the total number available for utilization on task orders assigned under this contract. Sho w lines of responsibility and communication between project team leaders and team members. *** FACTOR 7 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types of small business as prime contractor, subcontractor, or joint venture partner. AL L OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: (a) Goals for subcontracting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportuniti es for these types of businesses. (b) The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror 's t eam. (c) The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. *** FACTOR 8 - VOLUME OF DOD CONTRACT AWARDS. Volume of DOD contract awards in the last 12 months.**** 4. SUBMISSION REQUIREMENTS . Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usa ce.army.mil/aeselection/ by 11:59 p.m. EST on 1 October 2004. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any Submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 10 pages for Section H. Font size shall be 10 or larger. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at https://sasweb.sas.usace.army.mil/ae%20selection%20process/. Firms shoul d be registered in advance of the closing date for submission of the SF 330 as the process may take 3-5 days. Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. For ACASS information, call (503) 808-4591. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 330. ****PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. ***
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00663428-W 20040903/040901212934 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.