Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2006 FBO #1791
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity A-E Contract for Design Services for Military Installations and Civil Works projects located within the South Pacific Division

Notice Date
10/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-07-R-0002
 
Response Due
11/20/2006
 
Archive Date
1/19/2007
 
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 to provide the full spectrum of design disciplines on all or portions of complete Military and Civil works projects. Projects will primarily be located within the South Pacific Divisions military boundaries of CA, NV, UT and AZ a nd the civil works boundaries of CA, NV, AZ, UT, and portions of OR, ID, CO and WY. The contracts may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility. Use of the contracts outside the above areas of responsibility is subject to the review and approval of the contracting officer. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work and services will be issued with each task order. The North American Industria l Classification System Code (NAICS) is 541310, which has a small business size standard of maximum $4.5 million of average annual receipts for its previous 3 fiscal years. This announcement is open to all firms regardless of size. More than one contract may be selected from this announcement. The contract(s) will be negotiated and awarded within one year after the required response date to this announcement. The total contract amount will not exceed $ 3 million for a duration not to exceed three years. Since more than one contract will be 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 given a fair opportunity to be considered for each task order a ward 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 previous task orders, timeliness of previous task orders, cost co ntrol, the firms strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts. All interested Architect-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 performance of this contract, with small and small disadvantaged business. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be a least equal to those determined by the Department of Labor under th e Service Contract Act, as determined relative to the employees office location (not the location of the work). If a large business is selected for this contract, it will be required to submit a detailed Small Business Subcontracting Plan with the fee pro posal when it is submitted by the firm selected for negotiations. 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. Sacramento Districts recommended goal for work i ntended to be subcontracted is 51.2% for small business. The goal further states that of the 51.2% to be subcontracted to small business, 8.8% is for small disadvantaged business (subset to small business), 7.3% is for small business/woman owned (subset t o small business), 3.1% for HUBZone small business (subset to small business) and 1.5% is for Service-Disabled Veteran-Owned Small business (subset to small business). If the selected 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 for contract award a firm or joint venture must be regi stered 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 certi fications 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. The services could range from an architectural renovation (some of historical significance), a variety of small projects, or may also include design of complete additions, alterations, or new facility designs for military projects such as barracks, warehouses, storage facilities, administrative facilities, training facilities, maintenance facilities, aircraft hangars, comput er facilities, aircraft runways, taxiways, aprons, treatment plants, and the entire spectrum of infrastructure (road and utility) systems. Civil Works project designs include levees, floodwalls, dams, spillways, various mechanical gate structures, stilli ng basins, hydraulic flow control structures, and bridges. Input may be required by the full range of disciplines including but not limited to: architectural, civil, structural, mechanical and electrical engineering. Individual task orders may include m aintenance and repair type projects and miscellaneous architectural and engineering services associated with military installations as well as similar type work for civil works projects. Demolition of existing facilities may be required which will necessi tate asbestos and/or lead based paint investigation with provisions for removal included in the design documents. Engineering services during construction may also be required. The contractor shall be responsible for designs and drawings using computer a ided design and drafting (CADD). Work may be performed in an AutoCAD, Microstation, or equal, environment. GIS work may be field, desktop or Internet based. Firms may be required to develop Hyper-Text Mark-up Language (HTML) as the project medium. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in t he same environment as designed, in accordance with https://tsc.wes.army.mil/products/standards/aeguide/index.asp], per AE Deliverable Guidelines at https://tsc.wes.army.mil/products/standards/aeguide/aecadd.asp. The target platform is a Pentium 3.0 GHz, 512 MB Ram and 40 GH Hard Drive with Windows XP Professional operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in PDF or Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format, as directed. The specifications will be produced in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or three-dimensional drawings in th e AutoCAD software released 2004, or in MicroStation V8.5. The Government will only accept final documents found to be fully operational without conversion or reformatting. Responding firms must show computer and Internet capability for accessing 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 system (M-CACES Second Generation MII) (software provided by Government) software; however training to use this software and the current pending Cost Book library will require purch asing by the Contractor. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria A through D are primary. Criteria E through G are secondary and will only be used as tiebreakers among technically equal firms. A. Specialized Experience and technical competence in: (1) The design of a variety of alteration and repair projects and small new facilities. (2) The design of a variety of alteration and repair projects with historical significance. (3) Familiarity with Request for Proposal documents for Design/Build projects. (4) Use of automated design systems described above (M-CACES, CADD, SPECSINTACT, and DrChecks). B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedule. C. Qualified professional personnel in the following key disciplines: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Fire Protection, Interior Design, Landscape, Cost Engineering, and Certified Industrial Hygienist (CIH). The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. D. Capacity to accomplish the work within the required timeframe including professional quali fications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time; and capacity to accomplish multiple task orders in multiple locations simultaneously. E. Volume of DoD cont ract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of the South Pacific Division offices and within the South Pacific Division geographical boundaries for Military and Civil Design. G. Extent o f participation of small business, small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 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 and 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 Administration Section. The SF 330 shall not exceed 100 pages, not counting any dividing p age used to identify each SF 330 Section. 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 condit ion of contract award, 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. If the closing date is a Saturday, Sunday or Federal holiday, the deadlin e is the close of business on the next business day. POINT OF CONTACT: Mr. William Mullery (916) 557-6944. 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 req uest 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
SN01168822-W 20061022/061020220728 (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  © 1994-2020, Loren Data Corp.