Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
MODIFICATION

C -- Indefinite Deliveyr AE Contract for Multidiscipline Design or Other Professional Services for Base Realignment and Closure (BRAC) and Military Construction Projects for the Southwestern Division but may be used on a limited basis nationwide

Notice Date
2/2/2007
 
Notice Type
Modification
 
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-07-R-0019
 
Response Due
2/21/2007
 
Archive Date
4/22/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REVISED ANNOUNCEMENT (ORIGINALLY POSTED 22 JAN 07 AND AMENDED ON 25 JAN 07) TO REVISE PARAGRAPHS 1.d and 3.b. THIS ANNOUNCEMENT CONTINUES UNDER Solicitation No. W9126G-07-R-019a. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOP SIS. 1. CONTRACT INFORMATION: 1. CONTRACT INFORMATION: a. General: This contract is for Multidiscipline Design or other Professional Services required to support Base Realignment and Closure (BRAC) and Military Construction Projects within the Southweste rn Division but may be used on a limited basis nationwide, in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. Nort h American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open to all businesses re gardless of size. The initial contract is anticipated to be awarded on or about May 2007. A single ID/IQ contract may be awarded from this announcement for a total cumulative amount not to exceed $50,000,000 for a term not to exceed five years. In the eve nt this contract is used to develop design-build supporting documents for use in a two-phase design-build selection (FAR 36.302), the prime A-E and subconsultants shall be prohibited from teaming with design-build firms to compete in the final design-build construction solicitation in accordance with FAR 9.505-2. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all services, materials, supplies and supervision re quired to fully complete each task order. The A-E shall be able to provide: a) program integration services to the USACE Program Integration Office for BRAC and Military Construction; b) development of full design packages and Request for Proposal (RFP) packages for design-build of multiple facility types and ensure proper integration of full designs and RFPs into the overall BRAC and Military Construction Program; c) manpower to assist the Government with program, project and construction management dut ies; d) design support and consultant services in various combinations of architectural, structural, civil, mechanical and electrical disciplines; e) construction management services; and f) cost estimating, cost control, scheduling, and construction simul ation services (risk scenarios, change order analysis, alternative methods). The A-E should expect to become a significant part of the governments BRAC and Military Construction Program delivery team. d. Place of Performance: The A-E staff directly supp orting the USACE Program Manager, the Project Managers, and the associated construction office team through project integration and construction management duties shall be located where the work is being accomplished (locations include but are not limited to District Offices, District Field Offices, and on-site locations). In some cases, the on-site A-E staff will be housed in government furnished office space. The physical location of the design team and those team members not directly supporting the proj ect integration and construction management on-site work can be located per the A-Es preference. e. Contract Award Procedure: If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 51.2% of a contractors intended subcontr act amount be placed with small businesses (SB); (2) at least 8.8% of a contractors intended subcontract amount be placed with small disadvantaged businesses ( SDB); (3) at least 7.3% of a contractors intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 1.5% of a contractors intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 3.1% of a contractor s intended subcontract amount be placed with HUBZone SB. The plan is not required as part of this submittal, but will be required with the fee proposal of the firm selected for negotiations. Before a small disadvantaged business is proposed as a potentia l subcontractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. Failure of a proposed small disadvantaged business to be certified by the U.S. Small Business Administr ation at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. To be eligibl e for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: As projects are received for execution, award of task orders under this cont ract will be considered if A-E services are required. Anticipated services will be primarily for: program integration; program, project, and construction management services; and design and consultant services to the USACE Program Integration Office for BRAC and Military Construction within the Southwestern Region (primarily for the Fort Worth District). It is anticipated that a large portion of this work will be for BRAC and Military Construction at Fort Sam Houston, TX and Lackland Air Force Base, TX. Program integration services include, but are not limited to the following: survey, assessment, study, site/project integration, cost estimating, scheduling (including developing critical paths for projects and the integrated program), verification and c ontrol, and construction simulating modeling, review of design submittals from the design build A-E firms, technical experts, metric tracking and reporting, and program document management. The A-E shall also provide manpower to assist the Government with program, project and construction management duties as well as design support and consultant services in various combinations of architectural, structural, civil, mechanical and electrical disciplines. Construction management services includes, but is no t limited to, surveillance and inspection during the progress of construction, review material submittals, as-built drawings, manuals, operating instructions, and other such materials required by the construction contract; constructability reviews of desig n drawings and specifications. The A-E shall also develop full design packages and Request For Proposal (RFP) packages for design-build of multiple facility types and ensure proper development and integration of the full designs and the RFPs with the BRA C and Military Construction Program, existing installation or base infrastructure requirements and programming and master planning documents. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. Archi tectural-Engineering (A-E) services are required to perform studies, investigations, surveys, master planning, area development planning, infrastructure engineering, project controls, project development, design, integration, construction management and de velopment of construction documents in support of the BRAC and the Military Construction Program. Typical work may include, but is not limited to: research, analysis, development, design for construction, alteration and repair of real property, program an d project management, professional services, pre-design site-assessments, feasibility and concept studies, space planning and programming, design and design con cepts/standards, sustainable design solutions, value engineering, life cycle costing, post design shop drawing review. Additional services include but are not limited to: investigations surveys and mapping, test and evaluation modeling and simulation stu dies and analysis (including data collection and verification), consultation, quality control and quality assurance, construction cost estimates, economic analysis of local and regional construction market conditions as related to cost and availability of labor, materials and equipment, mobilization plans, construction staging, construction inspection, preparation of record drawings, soils engineering, drawing review, preparation of operational maintenance manuals, environmental studies, National Historic Preservation Act analysis and documentation, historic and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site survey and evaluation, remediation d esign and EPA compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos lead and radon, integrating anti-terrorism and force protection measures into designs, designing security and communications systems, and design of 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 investi gations. Other services include such things as planning services, site selection, topographic and boundary surveys, relocation services, environmental document processing, testing services, professional expert at hearings, and photographs. Design conside ration also include landscaping, architectural hardware, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans and section 404 permit considerations. Coordination will be maintained with local, state, and Federal agencies and with the utility providers, including utility tie in points, easements and rights-of-way. Coordination will also be maintained with the installation, the Corps of Engineers, utility providers, community facilities, t he Construction Program Office, Project Manager Forward, construction design-build contractors, and other design-bid-build contractors on site. The A-E may be required to provide professional services at the construction program office in support of the Co rps of Engineers staff. The A-E shall participate in design and construction activities which may include value engineering services, contractor submittal reviews, quality assurance, numerous meetings, workshops, and charrettes. The A-E may compose and le ad Command, project and public briefings, presentations, and meetings. Project deliverables may include studies topographic surveys, environmental surveys (wetlands/waters of the U.S., asbestos, lead based paint, soils, etc,.), soil borings/samples for te sting, boring logs, CADD produced plans, specifications prepared utilizing Specsintact (government furnished software), construction cost estimating utilizing M-CACES or MII (government furnished software) and supplement with proprietary cost estimating an d construction simulation software package, design analysis, presentations, schedules, integration and phasing plans. All deliverables are required in hard copy and as electronic files on electronic media. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a thru f are primary. Criteria g thru h are secondary and will only be used as tie-breakers among technically equal firms. a) S PECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Pa rt I, SF 330: (1) Firms must demonstrate recent experience (within the past 5 years) and significant experience in the program integration of multiple concurrent design and construction projects paying particular attention to area architecture and conditi ons, utility systems, design, service/command unique requirements, value engineering and environmental issues. (2) Firms must demonstrate specialized experience in Construction Management including complex scheduling, phasing, construction oversight and co ordination. (3) Firms must demonstrate experience in information and communication management and the utilization of current software for data collection, data management, data analysis, data presentation and decision making (i.e. GIS, webpage, electronic databases, project management software, change control systems, filing systems, and systems that allow access to technical documentation). (4) Firms must demonstrate experience in project controls (throughout programming, design and construction over-site cycle of the program using construction software simulation systems that provides detailed construction cost estimates fully integrated with labor-driven schedules), simulation and scheduling of a complex, multiphase program (5) Firms must demonstrate sit e design, and construction integration experience on multi-use land development. (6) Firms must demonstrate corporate and individual experience in Sustainable Design and sample projects that have been LEED certified. Firms must also demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (7) Firms must demonstrate experience in coordinating with multiple teams, customers, agencies, and contract ors. (8) Firms must demonstrate experience in programming and master planning (9) Firms must demonstrate the ability to prepare specifications using the Government furnished program, Specsintact, and Construction cost estimates by using Government furnishe d programs, M-CACES or MII. Design Team members must demonstrate prior experience in the use of M-CACES (10) Firms must demonstrate the ability to prepare full design packages and design build RFP packages. (11) Firms must have personnel with at least five years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 80 and 101. (12) Firms must demonstrate the ability to submit drawings in AutoCAD and MicroStation utilizing current versions. (b) PROFESSIONAL CAPABILITIES: This contract will require for the A-E (either in-house or through consultant) as a minimum, the following (in descending order of importance): One Program Manager, two Project Manag ers, one Project Controls Manager, one Project Control Specialist, one Scheduling Manager, four Construction Representatives, one Safety Officer (for programmatic integration and oversight of construction contractors), one Public Affairs Officer, one Mili tary Master Physical Planner, one Registered Architect, two Registered Landscape Architects, two Registered Electrical Engineers, one Registered Mechanical Engineer, three Registered Civil Engineers, one Registered Structural Engineer, one Qualified Fire P rotection 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 universi ty engineering program, plus a minimum of 5 years work experience in fire protection engineering; 2) A registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examin ers 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 LEED certified professionals familiar with compliance of sustainability requirements during design and construction, two certified environmental survey personnel (asbestos, lead based paint, soil, etc.), two environmental design personnel (asbestos, lead based paint, soil, etc.), one Value Engineer, two experienced M-CACES/MII Cost Estimators, one Registered Communications Distribution Designer, one Registered Surveyor and survey crew, a GIS Specialist, a CADD expert, a geologist or soils engineer and geotechnical drill rig and crew to collect soil borings and samples, and a Corps certified testing labs (Geotech and Environmental-asbestos, lead based paint, soil, etc.). None of the required personnel can be dua l disciplined, 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 speci fically listed. Resumes for the survey crew and drill crew/lab are not required. Current Corps testing lab certification shall be submitted with the SF 330. Repeat Resume Page as needed to provide all required resumes. Key staff submitted shall not be c hanged after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall, prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the submitted personnel must be equal to or better than those whose resumes were submitted. (c) PAST PERFORMANCE: Firms must demonstra te past performance with respect to cost control, quality of work, and compliance with performance schedules. Evaluation will be based on established ACASS ratings and other credible documentation included in the SF 330. (d) CAPACITY: Firms must demonstrate adequate team capacity to coordinate, design and manage multiple task orders concurrently meeting all program milestones. (e) Firms must demonstrate experience in evaluating contractors submittals and performing constr uction surveillance. (f) KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity with the Southwestern Region and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. The following, items (g) through (h), are secondary criteria: (g) SUBCONTRACTING: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. (h) VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms must show their last 12 months DOD contract awards stated in dollars (see details in a subsequent paragraph). THIS ANNOUNCEMENT CONTINUES UNDER Solicitation No. W9126 G-07-R-019a. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS.
 
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
SN01224960-W 20070204/070202221537 (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.