Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2006 FBO #1635
SOLICITATION NOTICE

C -- Multidiscipline Design or other Professinal Services

Notice Date
5/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0055
 
Response Due
6/16/2006
 
Archive Date
8/15/2006
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: a. General. This Multidiscipline Design or other Professional Services, is being procured in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6 for a Nationwide contract and and US territories and possessio ns. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all sized firms. The initial contract is anticipated to be awarded on or about July/August 2006. A term not to exceed three years (the term consists of a Base Period and two one year options periods for an amount NTE $3 Million for 3-year contract period). It is anticipated that only one award will be made. b. Nature of Work: A-E services are expected to be r equired for engineering, design, and related services to potentially include but not limited to any or all of the following: design, drafting, and planning services for new construction and/or renovation, demolition and alterations of existing facilities; military construction programming; civil works studies and design; construction cost estimating; topographic or boundary surveys; on site construction management; various engineering studies and site investigations; value engineering services; subsurface geotechnical investigation and testing. Environmental studies/surveys and abatement design services may also be required. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. c. Contract Award Procedur e: The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the option of Fort Worth District, Corps of Engineers. Task Orders issued against contracts awarded under this announcement may be by or for other Government agencies 2. PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of contract awarded under this anno uncement will be considered if A-E services are to be utilized. Services may potentially include, but are not limited to any or all of the following: research analysis, development, design for construction, alteration and repair of real property, program management, professional services, pre-design site-assessment, feasibility and concept studies, space planning and programming, design and design concepts/standards, value engineering, life cycle costing, and post design-shop drawing review. Additional ser vices include but are not limited to: investigations, surveys and mapping, test and evaluation modeling and simulation studies and analysis (including data collection and verification), consultation, construction cost estimates, construction inspection, pr eparation of record drawings, soils engineering, drawing reviews, preparation of operational maintenance manuals, environmental studies, National Historic Preservation Act analysis and documentation, historic and cultural resource investigations, design re view, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site survey and evaluation, remediation design and EPA compliance for hazardous materials such as petroleum products, automotive chemicals, as bestos lead and radon, designing security and communications systems, designing fire protection and life safety systems and other technical services related to project requirements as specified in individual contract Task Orders. Other Studies and Related Services: The A-E may be required to undertake any reviews, studies or investigations. Other services included such things as planning services, site selection, services, relocation services, document processing, testing services, professional experts at hearings, and photographs. Design considerations also include landscaping, architectural hardware, electronic communications, environmental or EPA regulatory co nsiderations including storm water pollution prevention plans and Section 404 Permit considerations. Project deliverables may include engineering studies, environmental surveys (wetlands/waters of the U.S., asbestos, lead based paint, soil, etc.), soil bo rings/samples for testing, boring logs, CADD produced plans specifications prepared utilizing Specsintact (government furnished software), construction cost estimates prepared utilizing M-CACES or MII (government furnished software), and design analysis. All deliverables are required in hard copy and as electronic files on compact disks. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criteri on), Criteria: (a)-(d) are primary criteria; items (e and f) are secondary and are used as tie-breakers among technically equal firms. (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on ap propriate personnel resumes at Section E, Part I, SF 330: (1) The selected team must demonstrate recent experience (within the past 5 years) and significant experience in performing work on a wide variety of sites located within the Unites States, its terr itories and possessions in a manner that complies with Federal, State, and Local laws and regulations, and within the timeframe required. It is anticipated that multiple task orders may be awarded simultaneously to the selected firms. Firms must document specialized experience and technical competence in the design of Government facilities over 5 million dollars, demonstrating a minimum of three examples within the past 5 years. (2) Firms must demonstrate the capability to design projects incorporating t he latest Force Protection/Anti-Terrorism criteria including any additional service requirements by the Department of Homeland Security. (3) Firms must have personnel with at least five years experience in Fire Protection and Life Safety Design that are f amiliar with the use and application of NFPA codes 80 and 101. (4). Document specialized experience in the design of Department of Homeland Security Detention and Border Patrol facilities or comparable non-government facilities. (5) A-E firms shall descri be partnering experiences. The Fort Worth District and/or other assigned Corps Districts intend to partner these contracts with selected firms, and the A-E may be required to attend partnering meetings to define the Districts expectation, create a posit ive working relationship, encourage open communications, and identify common goals. (6). A-E firms, including joint ventures, will be required to demonstrate that they can perform all aspects of design, either by in-house or through their subcontractors c apability. (7) A-E's are required to demonstrate the ability to complete design documents. (8) Firm must demonstrate experience in evaluating contractors submittals and performing construction surveillance. (9) Demonstrate experience in design and surve y for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances. Survey teams members must have demonstrated experience in use of a suitable X-ray fluorescence device during on-site surveys for lead-based paint. (10) Firms must demonstrate past designs, which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA) requirements. (11) Firm must demonstrate success in prescribing the use of recovered materials, achi eving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (12) Demonstrate past performance in preparing Request for Proposal (RFP) packages, and design-build solicitations completed in the last five years. (13) Firms must demonstrate the ability to submit drawings in both AutoCAD and Bentley Microstation utilizing current versions. (b) Professional Capabilities: Ind efinite Delivery Contracts will require for each A-E Contractor (either in-house or through consultant) as a minimum, the following: One Project Manager, three Registered Architects, one Landscape Architect, one Architectural Hardware Specialist, one inte rior designer, three Registered Electrical Engineers, three Registered Mechanical Engineers, three Registered Civil Engineers, three Registered Structural Engineers, one Qualified Fire Protection Engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years work experience in f ire protection engineering; 2) A registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES); or 3) A registered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), one Life Safety Specialist, two certified environmental survey personnel (asbestos, lead based paint, so il, etc.), two environmental design personnel (asbestos, lead based paint, soil, etc.), one Value Engineer, two experienced M-CACES Cost Estimators, one Registered Communications Distribution Designer, one Registered Surveyor and survey crew, a geologist o r soils engineer and geotechnical drill rig and crew to collect soil borings and samples, and a testing lab (Geotech and Environmental-asbestos, lead based paint, soil, etc.). None of the required personnel can be dual disciplined (except that the Life Sa fety Specialist can be one of the required registered Architects if qualified), i.e. a separate employee must be on the Design Team except as noted for each stated requirement above to meet the personnel required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. Resumes for the survey crew, drill crew and testing lab are not required. Repeat Resume Page as needed to provide all required resumes. (c) Capacity: Firms must demonstra te adequate team capacity to design three ($13 million) task orders concurrently. (d) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, items (e and f) are secondary crit eria: (e) Volume of DoD contract awards and dollars over the past three years. (f) Geographic Proximity: The firms knowledge of various locations throughout the United States, its territories and possessions. 4. SUBMITTAL REQUIREMENT: Submittals sha ll be sent to: US Army Corps of Engineers, ATTN: Mr. Ben Case, Jr, 819 Taylor Street, Room 3A28, CESWF-PM-INS, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms having the capabilities to perform this work must submit one copy of SF 3 30 (6/2004 Edition), as indicated below to the above address not later than 3:00 p.m. (Central Time) on the response date of 16 June 2006. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 3:00 p.m. of the next business day. (b) Responding firms must submit a copy of the originally signed, current (signed within the past 12 months) and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. . (c) Submit only one SF 330, Part I for the design team, completed in accordance with the instructions. It must contain information in s ufficient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. The A-E shall not include company lit erature with the SF 330. (d) In block No, 4 of the SF 330, Part I provided the Data Universal Numbering Systems (DUNS) number issued by Dun and Bradstreet Information System for the prime A-E or Joint Venture. The DUNS number must be for the firm perform ing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work). Each branch and/or office and/or joint venture must have their own DUNS number. (e) In Block C of the SF 330, Part I, identify the discipli ne/service to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragr aph 3b. In Block G-26, along with the name, include the firm/location the person is associated with. (f) A maximum of 10 projects including the prime and consultants, will be reviewed in Part I, Block F. Use no more than one project per page. (g) In Bl ock H of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria of this announcement. (h). In Section H, Part I, SF330, firms must show their last 12 months Do D contract awards stated in dollars (see details in a subsequent paragraph). (i) In Section H, Part I, SF 330, include a draft Design Quality Control (DQC) Plan. It shall include a brief presentation of internal controls and procedures that you use to in sure that a quality design is produced DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Deliver y Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Do not exceed twenty pages for Block H. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. (j) Personal visits to discuss this announcement will not be scheduled. (k) Solicitation packages are not provided for A -E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting  E-mail any questions to the U.S. Army Corp of Engineers,Fort Worth District, Joan LoRe, e-mail: joan.lore@swf02.usace.army.mil, telephone: (817) 886-1086, and Technical  Ben Case (817) 886-1462. Place of Performance N/A
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01050051-W 20060519/060517221746 (fbodaily.com)
 
Source
FedBizOpps 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.