Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2005 FBO #1230
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity (IDIQ) Design Contract for DDJC Sharpe and Tracy, CA

Notice Date
4/7/2005
 
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
W91238-05-R-0018
 
Response Due
5/7/2005
 
Archive Date
7/6/2005
 
Small Business Set-Aside
N/A
 
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 for negotiation based on demonstrated competence and qualifications for the required work. A -E services are required for a variety of small projects, primarily renovation; however, may include design of new projects with limited scope for DDJC. Projects will primarily be located at DDJC, Sharpe and Tracy, California. A specific scope of work an d 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 du ring construction phase and the operations and control phase. The NAICS code is 541310 with business size standard of maximum $4.0 million average annual receipts for its preceding 3 fiscal years. The contractor shall be responsible for designs and drawi ngs using computer-aided design and drafting (CADD), per the A/E/C CADD Standard (see https://tsc.wes.army.mil/products), and delivering the two or three-dimensional drawings in the AutoDesk AutoCAD software release 2004. The Government will only accept t he final product in full operational status, without the need for conversion or reformatting, in the AutoDesk AutoCAD release 2004 format on the target platform specified herein. The target platform is a Pentium 3.0 GHz, 512 MB Ram, and 40 GB Hard Drive w ith Microsoft Windows 2000 operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform and 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 Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specific ations (UFGS). In addition to the format specified above, specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or Postscript electronic digital format. Responding firms must show computer and Internet capability for acc essing the Criteria Bulletin Board system (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating sy stem (MCACES Second Generation MII) (software provided by Government) software. More than one firm will be selected from this announcement; and it is anticipated that two contracts will be awarded. One of the selections will be reserved for 8(a) Program Concerns; the other is unrestricted and open to all interested parties regardless of business size. Responses to this announcement will be accepted from all responsible firms, regardless of business size. However, eligibility for the first award will be based on the cascading order of precedence as described below. The second award will be made on an unrestricted basis. The cascading order of precedence for award of the first contract is: 1st consideration: 8(a) Program; 2nd consideration: Unrestri cted. The Government will use the following methodology to establish eligibility for contract award using the cascading order of precedence: In addition to the other information required to be submitted, each firm responding to this announcement as an 8( a) Program participant must indicate their size status under the specified NAICS code and must also state if they are currently certified as an 8(a) small business concern. Unless specifically stated otherwise, the Government will presume that all 8(a) sm all business concerns desire to compete for an award under the 8(a) Program. Unless specifically stated otherwise, the Government will also presume that all 8( a) small business concerns desire to compete for an award for the Unrestricted contract. All 8 (a) business concerns receiving an award under the 8(a) Program set-aside will be subject to FAR 52.219-14, Limitations on Subcontracting. Initially the Govern ment will only evaluate the qualifications of the A-E firms which have stated that they are competing for the award under the authority of the 8(a) Program. The first of two awards resulting from this announcement will be made on a competitive basis to an eligible 8(a) business concern, provided that a minimum of three of the competing 8(a) A-E firms are determined to be highly qualified (e.g., are short-listed) and that the Government is able to negotiate a fair market price with one of the short-listed f irms. If responses are not received from at least three eligible 8(a) firms that are considered by the Government to be highly qualified for this procurement, or if the Government is not able to successfully negotiate a fair market price with one of the h ighly qualified 8(a) firms, then this procurement will be automatically withdrawn from the 8(a) Program and the acquisition will be conducted on an unrestricted basis. No one A-E Contractor will receive both awards. No contract will be awarded later than one year after the date that the responses to this synopsis are due. If more than one contract is 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 gi ven a fair opportunity 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 prev ious task orders, timeliness of previous task orders, cost control, the firms strengths and previous experience in relation to the work requirements and geographic locations described in the scope of work for each task order. Details of the selection pro cess will be included in the resultant contracts. Indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in August 2005. Task Orders will be Firm Fixed Price. If awarded under the 8(a) Program, t he contract will be for a one-year period not-to-exceed $250,000 for the basic year and two one-year options, each not-to-exceed $250,000 each. The unrestricted contract(s) will be for a one-year period not-to-exceed $250,000 for the basic year and two on e-year options, not-to-exceed $250,000 each year. Individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercise d early if the Total Estimated Price is exhausted or nearly exhausted. All pricing schedules (for base year 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 through second option periods become effective on the first through second anniversary dates, respectively, of the contract award. If the Total Estimated Price of the base year or any option year is not awar ded within that years 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining used dollar amount may be added on to the Total Estimate Price of the option period being exercised. All interested Archi tect-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 performanc e of this contract, with small and small disadvantaged business. If a large business is selected for this contract, it will be required to submit a detailed su bcontracting plan at a later date. 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. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement to subcontract. Sacramento Districts recommended goal for work intended to be subcontracted is 50.9% for small business. The goal further states that of the 50.9% to be subcontracted to small business, 8.8% is for small disadvantaged busines s (subset to small business). 7.2% is for small business/woman owned (subset to small business), 2.9% for HUBZone small business (subset to small business) and 0.5% is for Service-Disabled Veteran-Owned Small business (subset to small business). If the se lected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. To be eligible fo r contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://www.bpn.gov/CCRINQ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete electronic annual representations and certifications at http://orca.bpn.gov. 2. PROJECT INFORMATION: Task Orders to be issued under this contract may range in scope from a small study to a new project design of limited scope. The services required will be primarily architectural renovation, some of historical significance, of a variety of small projects and may also include design of new projects with limited scope. Input may be required by architecture with a full complement of disciplines, including civil/structural and mechanical/electrical engineering. Individual task order s may include design of maintenance and repair type projects, and miscellaneous architectural and engineering services associates with military installations. Demolition of existing facilities may be required, which will necessitate an asbestos and/or lea d based paint investigations 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 (e) are primary. Criteria (f) through (h) are secondary and will only be used as tiebreakers among technically equal firms. (a) Spec ialized experience and technical competence in the design of a variety of alteration and repair projects and small new facilities. (b) Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance w ith performance schedules. (c) Qualified professional personnel in the following key disciplines: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Landscape, Environmental Engineering, and Certified Industrial Hygienist. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. (d) Capacity of the lead firm to accomplish work in the required time frame including professional qualifications of firms staff and con sultants to be assigned to the projects services. (e) Knowledge of the locality of the projects near the project site. (f) Volume of DoD contract awards in the last 12 months as described below. (g) Location of the firm in the general geographical area o f the project site. (h) Extent of participation of 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) US Government Architect-Engineer an d Related Services Questionnaire for Specific Project for themselves 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 100 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 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330, indicate the number and amount 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. A task specific quality control plan must be prepared and approved by the Government as a condition of contract awar d, but is not required with this submission. Responses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. Fax or electronic submittals are not authorized. If the closing date is a Saturday, Sunday o r Federal holiday, the deadline is the close of business on the next business day. POINT OF CONTACT: Mr. Stanley Shibata (916) 557-7470. No other notification 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
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00784503-W 20050409/050407212701 (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.