Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

C -- Pre-solicitation Announcement for A-E Services Project Worldwide For Protective Design Center, Omaha, NE

Notice Date
6/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-R-0030
 
Response Due
7/6/2005
 
Archive Date
9/4/2005
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
1. CONTRACT INFORMATION: This is an UNRESTRICTED announcement, open to both large and small businesses. Architect-Engineer services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for preparation of vulnerability assessme nts and security engineering surveys, Designs and Design/Build Requests for Proposals (RFPs) including charrette / concept designs, schematic designs, planning, programming, site investigations, geotechnical investigations, space planning, interior design, parametric and construction cost estimating, and other engineering services and construction phase services. Construction phase services may include review of contractor prepared design documents, shop drawing and construction submittal reviews, site vis its, technical assistance, commissioning support, and startup service assistance. Final AE selection and award of the contract is anticipated in either September or October 2005. If a large business is selected, a subcontracting plan consistent with Sect ion 806 (b) of PL 100-180, 95-907, and 99-661, will be required as a part of the negotiations of contractual rates. The subcontracting plan is not required as part of this submittal. Suggested goals for Small Business Community participation are a minimu m of 50.9% of any subcontracting dollars shall be placed with small business (SB) concerns. Of those small business subcontracted dollars, 8.8% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB) including His torically Black College and University or Minority Institutions, (HBCU/MI), 7.2% of the planned subcontracted small business dollars with Women-Owned Small Businesses (WOSB), 2.9% with HUB Zone small business firms (HubSB), and 0.5% with Small Disadvantage d Veteran-Owned Small Business (SDVOSB). Omaha District encourages small businesses to participate as primes, team members with large businesses or enter into teaming arrangements with other small businesses. Any teaming arrangement entered into must be supported by detailed documentation of the agreement, such as a Joint Venture Agreement, or other teaming arrangement. It is imperative that all small disadvantaged businesses contact their Small Business Administration Office to obtain Small Disadvantage d Business Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive credit for utilizing SDB contractors/subcontractors. The North American Industry Classification Code (NAICS) applied to this action is 54 1330, having a size standard of $4,000,000 of average annual receipts over the past 3 fiscal years. 2. PROJECT INFORMATION: The resultant contract will be utilized for Anti-Terrorism/Force Protection projects assigned the Protective Design Center for execution. Projects will include work at both CONUS and OCONUS locations. Typical projects include su ch work as installation access control points, structural hardening of structures against blast effects, chemical-biological-radiological protection, vulnerability assessments and security engineering surveys. Construction cost estimates for projects will be prepared using the US Army Corps of Engineers' Computer Aided Cost Estimating System (M-CACES). The Government will provide M-CACES software to the selected/awarded firm. Specifications for projects will be produced in SPECSINTACT using Unified Facil ities Guide Specifications (UFGS). Design review comments and their responses will be performed on US Army Corps of Engineers Review Management System ProjNet/Dr-Checks. 3. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance (first by major criterion and then by each sub-criterion). The following criteria, Paragraphs a through e are in descending order of importance and are more important than the criteria in paragraphs f and g. Paragraphs f and g will be used as a tiebreaker when firms are considered technically equal. a. Specialized experience and technical competence of the firms and consultants responding to this solicitation are listed in the following areas. Only experience that has occurred in the last five years should be included in the proposal. All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F.) Responding firms should: (1) have experience with applying the DoD security engineering process to assessments and designs (2) have familiarity with DoD anti-terrorism/force protection (AT/FP) design criteria an construction standards. (3) have documented past experience in design of installation access control points. (4) have documented past experience in Chemical-Biological-Radiological protection projects utilizing collective protection philosophies. (5) have documented past experience in design of structures hardened to resist weapons effects. (6) have documented experience in designing blast resistant windows. (7) have experience performing vulnerability assessments and security engineering surveys pertaining to AT/FP projects. (8) have or be able to demonstrate the ability to obtain a secret clearance prior to award of a contract. (9) demonstratable ability to meet critical milestone dates. b. Past performance on DoD and other contracts with respect to quality of work, cost control, (maintaining the project construction cost below the Programmed Amount), and compliance with performance schedules. The government will pull the ACASS informatio n for each offeror from the ACASS System and evaluated the offer based on past performance from the information obtained. c. Key disciplines are required to be performed by registered and licensed professionals include: project management, architecture, interior design, landscape architecture, mechanical, electrical, fire protection, structural, civil, environmental (water a nd wastewater), communications engineering, security, force protection, cost estimating and geotechnical. The fire protection engineer shall be a registered professional engineer, with a minimum of 5 years experience dedicated to fire protection engineerin g, 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, or (3) be registered in an engin eering discipline related to fire protection engineering. Evaluation of these disciplines will consider education, training, relevant experience in design of similar facilities, and longevity with the firm. The firms organizational structure showing the number of personnel in the key disciplines shall be presented to insure that the firm can meet the required schedule. (SF 330, Part I, Sections E & G) d. Work Management: A proposed management plan shall be presented that includes an organization chart and addresses 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. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at that office. (SF 330, Part I, Section H, Item 1) e. Firms shall provide information about their current commitments to Government agencies and their capacity to complete multiple delivery orders issued against a resultant contract to meet critical milestones. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the depth of qualified personnel in key disciplines to handle multiple assignments. (SF 330, Part I, Section H, Item 2) f. The responding firms must show the Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB),Service Disabled Ve teran Owned Small Business (SDVOSB), Hubzone, and, if appropriate, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. ( SF 330, Part I, Section H, Item 3) g. The responding firms should show the Volume of DOD contract awards and existing commitments issued to them in the last 12 months. (SF 330, Part I, Section H, Item 4) 4. SUBMISSION REQUIREMENTS: a. Interested firms must submit two copies of their SF330, each containing Parts I and II of the SF 330 information. One of the two copies shall be marked as Original. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs div iding the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). b. Include the firms ACASS number on the SF 330, Part 1, and Block B. On the SF 330, Part 1, Block C, provide the ACASS number for each subcontractor or consultant, if available. If a firm does not have an ACASS number, it can be obtained from the Portla nd District, Corps of Engineers ACASS database by calling (530) 808-4591 c. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1  Management Plan Include the information requested in Paragraph 3c above. (2) Item 2 - Capacity to complete the work. Reference Paragraph 3e above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight d esign schedules. (3) Item 3 - Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, HBCU/MIs, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. (4) Item 4  Volume of DOD contract actions issued within the last 12 months - Reference Paragraph 3g above. Provide a complete listing of all DOD projects designed within the last 12 months. This listing shall include all DOD projects performed within t he last 12 months, no matter what stage of design or the extent of design effort required. d. The SF 330 shall have a page limit of 140 pages. A page is one side of a sheet, 8 ? by 11. If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be less than 10 font and margins shall not be less th an one inch. e. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical l ocation. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1- 866-705-5711. f. Mail your firms Submission of the SF330 to: US Army Corps of Engineers, 106 South 15th Street, Omaha, NE, 68102, ATTN: Mel Vogt, Solicitation Number W9128F-05-R-0030. Mr. Vogt can be reached at (402) 221-4298 or via Internet at Mel.E.Vogt@usace.army.m il. All technical questions should be directed in writing to Mr. Terry Samson at Terry.L.Samson@usace.army.mil, with a copy of the question furnished to Mel.E.Vogt@usace.army.mil. Solicitation packages are not provided. This is not a Request For Proposa l. Submittals must be received no later than 1400 hours central daylight savings time (2:00 PM CDT), July 6, 2005. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Please check for updates to this announcement after the publication date June 6, 2005 on Omaha Districts web site http://ebs-nwo.wes.army.mil.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, (Attn: CENWO-CT-M (Vogt)) Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00823535-W 20050608/050606212220 (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.