Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOLICITATION NOTICE

C -- Multidiscipline Indefinite Delivery AE Contracts for Large Projects, primarily for Army Installations

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-07-R-0049
 
Response Due
2/20/2007
 
Archive Date
4/21/2007
 
Small Business Set-Aside
N/A
 
Description
Technical Point of Contact is Kenneth Bright at 912-652-5573 or email: kenneth.o.bright@sas02.usace.army.mil; Contractual Questions: Lee Tew at 912-652-5816 or email: Donnie.L.Tew@sas02.usace.army.mil; Questions concerning subcontracting plan: Leila Hollis at (912) 652-5340 or email: leila.hollis@sas02.usace.army.mil; Questions concerning SF 330; Hunter Lupton at 912-652-5574or email: hunter.d.lupton@sas02.usace.army.mil. **** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Enginee rs requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of three multidiscipline Indefinite Delivery Contracts (IDC) for large projects, primarily on Army installations. These contracts are being procured in accordanc e with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. The contracts awarded as a re sult of this announcement will be administered by the Savannah District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts within the SERO of IMA. Contracts may be issued up to one year after selec tion approval. Contract limits and contract size will be determined at the time of selection. Typically, the contracts will consist of three ordering schedules, each schedule not to exceed one year, for a total of three years maximum. The total amount o f each contract over the three-year ordering period may not exceed $4,500,000. Task Orders will be primarily for large projects with a construction value greater than $2 million, however as required, smaller projects will be executed under these contracts . These task orders are firm fixed price. Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to contracts with the same or overlapping scopes of work will be based on the following factors in accordance with local clause 52.216-4007: (1) Performance and Quality of deliverables under current IDCs, (2) Awardee's ability to accomplish the order in the required time, (3) Uniquely specialized experience, (4) Price (except for A-E services ), and other relevant factors. The NAICS is 541330; size standard $4.5 million. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small bus iness. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 51.2% to small business; 8.8% to small disadvantaged business (a composite of small business); 7.3% to women-owned business (a composite of small business); 3.1 % to HUBZone small business (a composite of small business); and 1.5% to service-disabled veteran-owned small business (a composite of small business and veteran-owned small business). While the Savannah District does not have a specific target for subcon tracting with Veteran-owned Small Businesses, this must be addressed in any subcontracting plan. Written justification must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accorda nce with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations . 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: Work may consist of preparation of reports, studies, project planning, design criteria, preparation of drawings and specifications, cost estimates, and other general A-E services for multi-disciplined new construction and renov ation projects. The work primarily consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as some smaller horizontal construction projects (airfields, roads, ranges, etc.). The firm may be required to provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commi ssioning/start-up/fit-up design support. All design must comply with the Savannah District Design Manual. All drawing files which may be developed using BIM technology must be delivered in the (*.dgn) format. All drawing files will be developed using th e Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Fac ilities Guide Specifications (UFGS). Cost estimates will be completed utilizing the latest version of the MCACES software. Responses to Government review comments will be provided on the Corps of Engineers Design Review and Checking System (DrChecks). **** 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to un satisfactory based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than a nother factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1  Specialized Experience and Technical Competence and Factor 2  Key Personnel are wei ghted equally and each factor individually is more important than Factor 3  Past Performance and Factor 4  Work Management and significantly more important than Factor 5  Small Business Participation and Factor 6  Volume of DoD Contract Awards. Past P erformance and Work Management are weighted equally and each factor individually is more important than Small Business Participation and Volume of DoD Contract Awards. Small Business Participation and Volume of DoD Contract Awards are weighted equally and will only be used as *tie-breakers* among firms that are essentially technically equal. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms w ith multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associa ted with that team not being co-located and the geographical proximity to the supported projects. **** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENC E. Specialized experience and technical competence in (in descending order of importance within this category): a. Design of projects on military installations. b. Design of new facilities or utility systems of various types, sizes, and complexities. c. Preparation of the development of the technical information for design-build Request for Proposals. d. Rehabilitation of existing facilities or utility systems of various types, sizes, and complexities. e. Application of the DoD Antiterrorism/Forc e Protection (AT/FP) criteria. f. Sustainable design utilizing the SPiRiT or LEED rating tools. g. Use of automated design systems described above (MCACES, CADD, SpecsIntact, BIM, and DrChecks). h. Construction phase services including shop drawing review and preparation of O&M manuals. Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar pro jects, and most recent firm and employee history of experience on similar projects. The evaluation of this factor will be limited to the specialized experience and technical competence presented for the previous five years. **** FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified p rofessional personnel in Section E of SF 330 in the numbers indicated in parenthesis in the following key disciplines that are required to be licensed, registered, and/or certified: architect (2), structural engineer (2), civil engineer (2), mechanical eng ineer (2), electrical engineer (2), fire protection engineer (1), geotechnical engineer (1), land surveyor (1), and certified industrial hygienist (1). One resume shall be provided for other key personnel as follows: project manager, interior designer, co st estimator, and landscape architect. Registration/certification for all is encouraged. The fire protection engineer must be either: an engineer having BS or MS degree in fire protection engineering from an accredited university engineering program, plu s a minimum of 5 years work experience in fire protection engineering; or, a registered PE who has passed the NCEE fire protection engineering written exam; or a registered PE in a related engineering discipline with a minimum of 5 years experience dedicat ed to fire protection engineering. Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. **** FACTOR 3  PAST PERFORMANCE Past performance on DoD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ra tings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information presented from the previous five years. **** FACTOR 4 - WORK MANAGEMENT A proposed managemen t plan shall be presented in Section H of SF 330. The plan will be judged on experience producing quality designs based on an evaluation of the firms design quality management plan. The design quality management plan should include an organization chart in Section D of SF 330 and briefly address the management approach, team organization, quality control procedures, cost and schedule control, value engineering , coordination of in-house disciplines and consultants, and prior relationships 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 s taffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. Address the firms capacity and necessary experience to perform two simultaneous $500,000 task orders in a 180-day period. **** FACTO R 5 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to prov ide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: a. Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allo w government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror's team. c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. **** FACTOR 6 - VOLUME OF DoD CONTRACT AWARDS. Volume of DoD contract awards in the last 12 months. **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 4:00 p.m., local time on February 20, 2007. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for r eceipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microso ft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and in structions may be found at the website above. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at (912) 652-5703. **** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01215597-W 20070121/070119225810 (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.