Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOURCES SOUGHT

C -- Master Planning Contract - Various Locations

Notice Date
1/28/2005
 
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-05-R-0030
 
Response Due
2/25/2005
 
Archive Date
4/26/2005
 
Small Business Set-Aside
N/A
 
Description
Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. 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 five Multidiscipline Indefinite Delivery Contracts (IDC). These contracts are being pro cured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence for the required work. The services will consist of master planning and related services. The contracts will be administered by the Savannah District. One of the contracts awarded as a result of this announcement will be for work at Ft. Stewart, GA, and Hunter Army Airfield, GA, only. The other contracts will be for work at U.S Army Corps of Engineers offi ces, U.S. Army installations, U.S. Air Force bases, U.S. Navy or Marine bases, or other federal government-owned facilities, installations, or real estate under their control within the South Atlantic Division area of Georgia, South Carolina, North Carolin a, Florida, Alabama, Mississippi, Tennessee, Puerto Rico, Central and South America, and for other projects assigned to Savannah District. Contracts will be issued as the need arises and may be issued up to one year after closing date of announcement. Th e 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 contra ct amount has been exhausted or nearly exhausted. The total amount of each contract over the three-year ordering period may not exceed $3,000,000. Work will be issued by negotiated firm-fixed-price task orders. The first contract is anticipated to be awa rded by April of 2005. Projects to be contracted 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 deliverables 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. The firm se lected must be capable of responding to and working on multiple task orders concurrently and must also have the capability of obtaining a secret clearance. Large business firms that intend to do any subcontracting must convey their intent to meet the minim um 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 D FARS 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, 50.9% TO SMALL BUSINESS; 8.8% TO SMALL DISADVANTAGED B USINESS (A COMPOSITE OF SMALL BUSINESS); 7.2% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 2.9% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 0.5% TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS AND VET ERAN-OWNED 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 b usiness 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)652-53 40. 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 all or parts of master plans; creation, development, or operation of GISs or other engineer automated systems; project planning; environmental planning or assessments; surveying; or other related engineering work. Typical projects may include but will not be limited to preparation of short-range or long-range components, master plans, comprehensive plans, project programming documents, engineering studies and/or analyses, projects associated with design standards for installations, and geographic information systems. 3. SELECTION CRITERIA: See Note 24 for general 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 sam e as another factor. For this solicitation, Specialized Experience and Technical Competence, and Work Management/Capacity are weighted equally and each factor individually is more important than Key Personnel, Past Performance, and Knowledge of Locality , and significantly more important than the other individual factors. Key Personnel, Past Performance, and Knowledge of Locality are weighted equally and each factor individually is more important than Small Business Participation and Volume of DoD Contra ct Awards. Small Business Participation and Volume of DoD Contract Awards are weighted 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 b elow. 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 wi ll be made to the firms determined to be most highly qualified. Information 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 pr oject 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 bein g co-located and the geographical proximity to the supported projects. FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (1) Completion of all components of Army, Air Force, or Navy master plan ning projects, stationing or re-stationing studies, or similar efforts including various visual or graphic methods of presenting them. (2) Collection of information for scoping, pricing, and all other pre-design information required to complete DD 1391s in accordance with Army, Air Force, or Navy prescribed methods. (3) The use of Computer Aided Design (CAD), automated mapping/facilities management (AM/FM), and Geographical Information Systems (GIS) technology and the integration of these technologies with other facilities engineer automated systems and databases. (4) Arc-flash consulting, database administration, and the development of custom applications for ESRI, ArcIMS, ArcGIS and Bentley, Microstation, and Geographics using .net or Visual Basic. (5) Co mpletion of NEPA documents for master plans and programmed projects and the scientific studies associated with these efforts. (6) Completion of aerial photograp hy, establishment of horizontal and vertical ground control required for accuracy and production of photogrammetric products. (7) Completion of engineering studies on various infrastructure systems. (8) Development of Installation Design Guides, Architectu ral Compatibility Guidelines, and other similar documents. (9) Experience in placing employees of the firm on-site to train government personnel in or to complete projects related to master planning, 1391 programming, or GIS. FACTOR 2  WORK MANAGEMENT/CA PACITY. 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 re lationships of the prime firm and any of their significant consultants on similar projects. 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 s hall be addressed within this work management plan. ADDRESS THE FIRMS CAPACITY TO PERFORM MULTIPLE SIMULTANEOUS TASK ORDERS. FACTOR 3 - KEY PERSONNEL. Resumes for qualified personnel should be presented in Section E for the following key personnel. If possible, resumes should show relevant experience within the last five years. All key personnel shall be shown on the organization chart. Key personnel in disciplines that are required to be licensed or registered include the following: Architect, Landsca pe architect, Civil engineer, Mechanical engineer, Electrical engineer, and Traffic engineer. Resumes shall be provided for other key personnel as follows: Project manager, Planners (resumes for two planners required), Graphic illustrator, Survey party c hief, Survey instrument man, Archeologist, Photogrammetrist, NEPA specialist, Ecologist, GIS systems specialist, Computer programmer, and Cost estimator. Registration/certification for all is encouraged and additional weight will be given to those who are registered in their respective disciplines. One resume only shall be provided for each of the above key personnel (with the exception of two planners). 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. Show lines of responsibility and communication between project team leaders and team members. 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 t he offeror or as determined by the Government. FACTOR 5  KNOWLEDGE OF LOCALITY. Knowledge of the locality of the anticipated work including geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits . FACTOR 6 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types of small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are requir ed 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 al low government evaluators to determine that 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 colleges 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 disadvantaged businesses. FACTOR 7 - 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.usace.army.mil/aeselection/ by midnight on 25 February 2005. 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 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projec ts in Section F shall not exceed one page each. INDICATE IN SECTION A.1. WHICH OF THE CONTRACTS YOU ARE PROVIDING QUALIFICATIONS FOR. Indicate in Section C.11 the small business status of the each proposed team member. Also, indicate in Section C.11 if t he prime has worked with the team members in the past five years. In Section G. 26, include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be f ound at https://sasweb.sas.usace.army.mil/ae%20selection%20process/. Firms should be registered in advance of the closing date for submission of the SF 330 as the process may take 3-5 days. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PE RFORMING 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. Questions concerning submissions should be directed to Sherry Turner at 912-652-5 703. ****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. ***
 
Record
SN00742190-W 20050130/050128212214 (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.