Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOURCES SOUGHT

C -- C--Three Range Designs (Digital Multipurpose Range Complex at Fort Bragg, NC; Digital Multipurpose Range Complex at Fort Stewart, GA; Combined Arms Collective Training Facility (CACTF) at Fort Stewart, GA)

Notice Date
9/9/2004
 
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-0100A
 
Response Due
10/12/2004
 
Archive Date
12/11/2004
 
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
Address SF 330 Questions to: Lucie M. Hughes at 912-652-5645 or email: lucie.m.hughes@sas02.usace.army.mil; Technical Questions to: Diego Martinez at 912-652-5738 or email: diego.a.martinez@sas02.usace.army.mil. Questions concerning subcontracting p lan: Leila Hollis at 912-652-5340 or email: Leila.hollis@sas02.usace.army.mil; and Contractual Questions to: Nina G. Jodell at 912 -652-5465 or email: nina.g.jodell@sas02.usace.army.mil *** Please read Item 4. SUBMISSION REQUIREMENTS FOR mailing instructio ns. **** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of three Architect-Engineer firms. These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Thi s announcement includes three projects for which three A-E firms will be selected for negotiations based on demonstrated competence for the required work. Services include site investigation, planning, programming, survey and geotechnical report, engineeri ng studies, interior design, schematic design, charrette, concept design, preliminary design, final design, parametric and construction cost estimating, construction phasing, and other engineering services and construction phase services for the subject pr oject. Construction phase services may include preparation of operation and maintenance manuals, shop drawing and construction submittal reviews, site visits, and technical assistance. Services may include commissioning design and support, design of tenant improvements and support services, startup services, and assistance. It is anticipated that these will be firm fixed price contracts for full design of these projects. These contracts are anticipated to be awarded in November 2004. ** This announcement is open to all firms regardless of size. Small businesses are encouraged to team with other businesses. Large business firms that intend to do any subcontracting must convey their intent 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 with FAR 52-219.9 and DFARS 219.704/705. The following subcontracting goals will be considered in the negotiation of this contract: OF THE SUBCONTRACTED WORK, 57.2% TO SMALL BUSINESS; 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 10% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3.0% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3.0% TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS ** 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 Cont ractor 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: Design for the following three projects  A. Digital Multipu rpose Range Complex at Fort Bragg, NC. This project consists of a standard Digital Multipurpose Range Complex Aviation (DMPRC-A). Primary Facilities include the DMPRC-A, consisting of three lanes with crossover capability, door gunnery capability, high a ngle targetry, live fire convoy, and aviation urban operations. Primary facilities are located within the perimeter of the range complex and include automated targetry and instrumentation system, a range operations center, operations/storage building, general instruction building, latrine, bleacher enclosure, covered mess facility, ammunition breakdown building, after action review building, and unit staging area. Supporting facilities include electric service, site improvements, and information systems. The estimated construction cost is 27 million dollars. B. Dig ital Multipurpose Range Complex at Fort Stewart, GA. This project consists of a standard Digital Multipurpose Range Complex (DMPRC). Primary Facilities include the DMPRC, a range operations center, operations/storage building, latrine, bleacher enclosure , covered mess facility, ammunition breakdown building, after action review building, ammunition loading dock, and unit staging area. Supporting facilities include electric service, site improvements, and information systems. Antiterrorism/force protection measures include reinforce doors, window security grates, and exterior lighting. The estimated construction cost is 33 million dollars. C. Combined Arms Collective Training Facility (CACTF) at Fort Stewart, GA. This project consists of a standard Combi ned Arms Collective Training Facility (CACTF). Primary facilities include the CACTF, the range operations center, operations/storage building, latrine, covered mess, After Action Review facility, and site improvements. Supporting facilities include electr ic service and information systems. The estimated construction cost is 22 million dollars. The following applies to all projects: Construction cost estimates will be prepared using the Corps of Engineers' Computer Aided Cost Estimating System (M-CACES) ( software provided by Government). Anti-Terrorism/Force Protection (AT/FP) measures will be considered. Demolition of existing facilities will be included. Specifications will be produced in SPECSINTACT using Uniform Guide Specifications. Design review com ments and their responses will be performed on Corps of Engineers Review Management System ProjNet/Dr-Checks. The estimated construction cost 21 million dollars. The projects will include Sustainable Project Rating Tool (SPiRiT). SPiRiT is a modified vers ion of the U.S. Green Building Council LEED Green Building Rating System. ** Cost estimates must be prepared using MCACES software. All design files must be delivered in the (*.dgn) format, Microstation v8. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. **** 3. 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 and Key Personnel are weighted equally and each factor individually is more important than Work Management and Past Perform ance and significantly more important than the other individual factors. Work Management and Past Performance are weighted equally and each factor individually is more important than the other factors. Small Business Utilization and Volume of Work are wei ghted equally and will only be used as *tie-breakers* among firms 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 successfully 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. *** Informati on on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE 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. *** a. Specialized Experience. Specialized experience and technical competence of the firm and consultants in: (1) Design of similar training ranges including automated targetry and instrumentation, (2) Familiarity with Department of Defense anti-terrorism/f orce protection (AT/FP) design criteria and construction standards, (3) Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency, use of recovered mate rials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe and productive work environments, and employing the SP iRiT/LEED evaluation and certification methods, (4) Accuracy in construction cost estimating and preparation of estimates using MCACES software. Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm a nd 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. *** b. Key Personnel. Key personnel shall be listed in Section E an d should contain resumes with an indication of professional registration and office location. Registration shall indicate the specific discipline (electrical engineering, structural engineering, architecture, etc.) All key personnel shall be shown on the organization chart. Key personnel whose resumes are presented in Section E of the SF 330 shall be the individuals who will routinely be involved in the actual production of work under this contract. Key personnel in disciplines that are required to be li censed, registered and/or certified included the following: project management (1), architecture (1), mechanical (1), plumbing (1), electrical (2), fire protection (1), structural (2), civil (2), environmental (1), industrial hygiene (1), and land surveyor (1). Resumes shall be provided for the above for only the number indicated in parentheses. One resume each shall be provided for other key personnel in disciplines as follows: cost engineering, and AT/FP. Registration for all is encouraged. The fire pr otection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire protection engineering, and one of the following: (1) have a degree in Fire Protection Engineering from an accredited university, (2) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection examination. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. Other personnel s hould be shown on the organization chart by the total number available for this contract. *** c. Past Performance. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules as dete rmined from ACASS and other sources. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF255 is recommended. *** d. Work Management. A proposed management plan shall be presented in Block H that briefly addresses man agement approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. Include in Block H information concerning prior working relationships of firms in Block C. The SF 330 shall clearly indicate the primary 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 complete the concept design (35 percent) by March 2005 and the final design by September 2005. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. The evaluation for this factor will also consider the organizational chart in Sect ion D of the SF 330. The organizational chart shall include all key personnel in Section E and all other team members shall be indicated by the total number available for this contract. Show lines of responsibility and communication between project team leaders and team members. ***e. Knowledge of Locality. Knowledge of the locality of the project including geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits. f. Small Business Utilization . Degree of participation of all types small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of thei r 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 tha t these goals are realistic, justifiable, positive, and in accordance with the governments policy to maximize opportunities for these types of businesses. (b) The extent to which small disadvantaged businesses, and where appropriate, historically black co lleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the Offerors team. (c) The Offerors past and present commitment to providing subcontracting opportunities and encouragement to small and small disad vantaged businesses. g. Volume of Work. Volume of DoD contract awards in the last 12 months with the object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms including sm all and small disadvantaged business firms, and firms that have not had prior Department of Defense contracts. **** 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.usace.army.mil/aeselection/ by 11:59 p.m. EST on 12 October 2004. NO HARDCOPY 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 Block 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/ . 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. FACSIMILE SUBMITTAL S WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Qual ity 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
SN00669091-W 20040911/040909212752 (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.