Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Facility Designs for Rehabilitation of Existing Structures and/or Design of New Facilities/Sites in Support of the Deployment of the Ground-Based Midcourse Defense System.

Notice Date
6/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-NA-GMD
 
Response Due
7/18/2005
 
Archive Date
9/16/2005
 
Point of Contact
Rose C. Barton, 256 895-1117
 
E-Mail Address
US Army Corps of Engineers, Huntsville
(Rose.C.Barton@HND01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
17. 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 r equired work. Architect-Engineer (A-E) services are required for real property master planning support, preparation of design criteria, architectural engineering designs, specifications, safety program plans, accident prevention plans, explosives site saf ety plans, design-related analyses and studies, economic analyses and cost estimates for new and rehabilitation of existing missile launch, radar, test, evaluation and training facilities; environmental documentation, permits, special studies, and other en vironmental activities as required by federal, state and local laws and regulations; feasibility and other special studies; geotechnical investigations and topographic surveying and mapping services; programmatic support services; as-builts; preparation of Operations and Maintenance (O&M) manuals and master equipment lists; O&M training; and engineering and design during construction. This is an indefinite delivery/indefinite quantity (ID/IQ) contract which will be implemented by the Governments issuance of task orders under this contract. One contract will be awarded with a base period not to exceed one year and two option periods not to exceed one year each. Award term provisions may be placed in the contract allowing non-competitive extension for an a dditional two years. The estimated value for each contract period or option year(s) is $6,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The cont ract will be awarded by negotiated task orders not to exceed the base contract amount. Task orders may be awarded as Firm Fixed Price (FFP), Cost Plus Award Fee (CPAF), Labor Hours, or a combination thereof. The projects will utilize classified data. Pe rsonnel and facility clearances for access to, preparation of, and storage of SECRET/CNWDI/RD/FRD data, will be required, possibly commencing with the first day of performance. AE facilities, personnel, and document handling will be in accordance with DoD 5220-22M, The National Industrial Security Program Operating Manual. This contract is anticipated to be awarded in September 2005. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subc ontracting plan on that part of the work it intends to subcontract. Of the amount of work that the prime plans to subcontract, the target goals are: Small Business (SB)  50.9%; Small Disadvantaged Business  8.8%; Women-Owned SB  7.2%; HUB Zone SB  2. 9%; Service-Disabled Veteran-Owned SB  0.5%. The North American Industrial Classification System code is 541330 which have a size standard of $4,000,000 in average annual receipts. 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: Architect-Engineer (A-E) design services, from initial site investigation through engineering services during construction, to support the Ground-based Midcourse Defense (GMD) Program. Projects may include design or rehabilitation of missile control buildings, industrial workshops, power plants, communications facilities, administration buildings, and various other facilities; new and rehab road work, utility work, and building systems work. The designs require contractor experien ce in radar, missile launch, and tactical support facilities and various other facilities that may be required. Designs may require specialized expertise in physical and electronic security systems, power distribution, instrumenta tion and controls, seismic engineering for essential facilities, High-Altitude Electromagnetic Pulse (HEMP) design, Failure Mode Effects Criticality Analysis (FMECA) and Reliability and Availability and Maintainability (RAM) analysis. Services may also re quire specialized environmental engineering designs to meet Federal, State, and local laws and regulations. Other design considerations may include cold regions, highly corrosive environments, and areas with high humidity. Projects may be located in the Continental United States (CONUS) with the possibility of an enhanced capability Outside the Continental United States (OCONUS). Services may require the need to consider OCONUS sites and applicable host nation design codes and standards. The Contractor shall have the ability to perform Value Engineering (VE) studies and prepare facility Operations and Maintenance (O&M) manuals. The Contractor shall be responsible for accomplishing designs and preparing drawings using computer-aided design and drafting ( CADD). All CADD data shall be supplied in Bentley Systems, three-dimensional, MicroStation, native electronic digital format (i.e., .dgn, .cel). The Contractor shall ensure that all digital files and data (e.g., model files, reference files, cell librari es) are compatible with the Governments target CADD system (i.e., basic and advanced CADD software, platform, database software), and adhere to the standards and requirements specified herein. The term compatible means that data can be accessed directl y by the target CADD system without translation, preprocessing, or post processing of the electronic digital data files. It is the responsibility of the Contractor to ensure this level of compatibility. CADD drawings shall be prepared in accordance with the applicable provisions of the Architectural/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standard. Specifications shall be processed and delivered in SpecsIntact software configuration. Electronic (ftp site and CD) and h ard copy submittals of drawings and specifications are required. The Government will only accept the final product that is fully operational, without conversion or reformatting, in the target software format, and on the target platform specified herein. The target platform is a personal computer, with a Windows operating system. Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES). Other reports and documents shall be provided the appropriate Microsoft Office component format. Work shall be submitted in hard copy format as well as digital. Drawings shall also be submitted in reproducible hard copy format. The estimated construction cost for each design project ranges from $25,000 to $100,000 ,000. 3. SELECTION CRITERIA: The selection criteria for this program are listed below in descending order of importance, first by major criterion, then by each sub criterion for Criteria (1). For Criterion (2), sub criterion (a) and (b) are equal in importanc e. Criterion (3) does not have any sub criteria. The sub criteria in Criterion (4) are of equal importance. Price will not be used as a criterion. Criterion (1) Specialized Experience and Technical Competence: Sub criteria: (a) Specialized Experience and Technical Competence in conventional and nuclear weapons effects, design of blast resistant structures, and the application of TM 5-1300, Structures to Resist the Effects of Accidental Explosions and DoD 6055.9 STD DoD Ammunition and Explosives Saf ety Standards; (b) Specialized Experience and Technical Competence in the design of tactical, tactical support, and non-tactical facilities such as missile control buildings, radar facilities, missile launch facilities, industrial workshops, power plant s, communications facilities, and administration buildings; (c) Specialized Experience and Technical Competence in conducting feasibility and special studies and analyses to include Failure Mode Effects Criticality Analyses (FMECA) and Reliability and Availability and Maintainability (RAM) analyses; (d) Specialized Experience and Technical Competence and past experience in the design, construction, and testing of facilities survivable to nuclear weapons effects, threats including electromagnetic pulse, air blast, ground shock, thermal and radiation; (e) Specialized Experience and Technical Competence in the design, construction, and testing of secure fa cilities including TEMPEST, SCIF, physical and electronic security systems, intrusion detection systems requirements. (f) Specialized Experience and Technical Competence in design of facilities located OCONUS; (g) Specialized Experience and Technical Comp etence in providing design drawings on a CADD system. Criterion (2) Professional Qualifications: Sub criteria: (a) Qualified professional personnel in the following key disciplines: project management (architect or engineer), architecture, civil engineeri ng, environmental engineering, electrical engineering, instrumentation, mechanical engineering, structural engineering, cost engineering, communications engineering, industrial engineering, and geotechnical engineering. The supervising architect or engine er(s) in each discipline must be registered and capable of obtaining professional registration to practice in the appropriate professional field in the states or countries where the individual projects will be located. The evaluation of personnel will con sider education, certifications, training, registration, overall and relevant experience, specialized experience as required above, and longevity with the firm. (b) Expertise and experience in value engineering, master planning, topographic surveying, spec ifications writing, including familiarity with Unified Facilities Guide Specifications (UFGS) and UFGS formats, cost estimating, fire protection, system safety, explosives safety and building design safety codes, instrumentation and communications, design of facilities incorporating special requirements for climatic zones, HEMP and TEMPEST, O&M documentation such as O&M manuals, material equipment lists, operational logistical support analyses, and systems analyses including RAM, FMECA, and life cycle cost analyses. Criterion (3) Past Performance: Past performance on DoD and private industry contracts, similar to this project, with respect to cost control, quality of work and compliance with performance schedules, as determined by ACASS and other sources. Firms with unsatisfactory or marginally unsatisfactory past performance evaluation(s) will be appropriately downgraded in the evaluation for award of this contract. Criterion (4) Capacity to Accomplish Work in the Required Time: Sub criteria: (a) Capac ity to perform approximately $6,000,000 in work of the required type in a one-year period; (b) Capacity and capability to plan and perform up to 8 study and/or design projects simultaneously, to include OCONUS studies/designs: (c) Management approach; (d) Effective organizational structure and project team management plan addressing how the various prime, subcontractor, and/or joint venture participants will be centrally managed to assure successful completion of the projects; (e) Existence of QA/QC polici es, procedures, and plans, which clearly describe the manner in which the firm maintains control and responsibility for projects and production of quality products; (f) History of the firms working relationships with any proposed subcontractors on similar projects. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit 6 copies each of SF 330, Parts I and II (1/2004 edition) to the above address not later than 4:00 PM (CDST) on the 30th day after the date of this announ cement with day 1 being the next day after publication. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is 4:00 PM (CDST ) of the next business day. Facsimile transmissions of the SF 330 are impermissible. SF 330, Part I must include an organization chart of the proposed team with names and positions of key personnel and the names and telephone numbers of clients as refere nces on the most recent significant projects. In Section H of SF 330, Part I, describe the firms overall design quality management plan. A project-specific Design Quality Control Plan (DQCP) must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. This is not a request for proposal. Interested firms shall include their firms ACASS number in SF 330, Part I, Section B, Block 8. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA87/W912DY-NA-GMD/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville 4820 University Square, ATTN: CT-P Huntsville AL
Zip Code: 35816-1822
Country: US
 
Record
SN00832253-F 20050619/050617212135 (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.