Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Architect and Engineering (A-E) Services Primarily in Support of the Mobile District's Mission in Central, South America, and the Caribbean, & for Support of the South Atlantic Division

Notice Date
2/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-07-R-0019
 
Response Due
4/4/2007
 
Archive Date
6/3/2007
 
Small Business Set-Aside
N/A
 
Description
POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MRS. MARY F. BRELAND. SUBMIT QUESTIONS TO FAX 251 694-3626. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract in support of the Mobile District's mission primarily in Centra l and South America and the Caribbean, and for support of South Atlantic Division. This announcement will result in at least two (2) contract awards. It is the intent to initially award one (1) contract on an unrestricted basis, and one (1) on an 8(a) comp etitive basis. There is a possibility that multiple awards may be made on this solicitation meaning that more than one contractor may be selected from either of the two pools, 8(a) and unrestricted. The unrestricted basis is open to all interested parties regardless of business size. The small business size standard is a maximum of $4.5 million of average annual receipts for its preceding 3 fiscal years. All firms responding to this solicitation MUST identify in which category. Firms should state the words (UNRESTRICTED) or (8A) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. Only firms considered highly qualified will be awarded a cont ract. No one firm will receive more than one award. Contracts awarded will not exceed a term of three years for the unrestricted and five years for the 8(a). Rates will be negotiated for each 12-month period of the contract. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC value not to exceed $3,000,000 over the life of the contract for the unrestricted and $5,000,000 over the life of the contract for the 8(a). There is a possibility that multi ple awards may be awarded on this solicitation meaning that more than one contractor may be selected from either of the two pools, 8(a) and unrestricted. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professio nal qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent c onsistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 51.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesses (SDB), 7. 3% be placed with women-owned small businesses (WOSB), 3.1% be placed with HUB Zone small business, and 1.5% be placed with Service-Disabled Veteran-Owned Small Business. If a large business is selected for this contract, the firm will be required to submi t a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals can not be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The contract will primarily be used for projects which will include a variety of site/civil designs, such as roads, grading, drainage, parking a reas, aircraft aprons, geotechnical investigations, foundation designs, topographic surveys, and other miscellaneous civil items as well as architectural, mechanical, electrical and structural design including rehab, new construction, or a combination ther eof. Ancillary environmental work may be associated with these projects. Some projects will include completion of partial designs, including cost estimates, ac complished by in-house (Government) disciplines. Projects will also include design/build proposal packages requiring A-E design review assistance. Designs must be provided in metric format. The selected firm must have the capability to perform surveying an d mapping and geotechnical subsurface investigations. Design drawings shall be produced in the AutoCAD 2004 format or MicroStation v8 format. The format will be specific to each project and will be specified in the AE scope of work for the specific project . Should the AE choose to develop design drawings using Autodesk Architectural Desktop (ADT), the resulting drawings shall be delivered with un-exploded 3D ADT objects. Technical specifications will be produced with SPECSINTACT software using Unified Facil ities Guide Specifications. Responses to design review comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org. The normal task order can be expected to be in the range of $50,000 to $200,000 for projects with normal construction values of less than $3 million. There may be rare exceptions for larger projects. The majority of the work will be located in Central or South America; however work may be located in the southeastern United St ates and other locations that may be assigned to the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and the n by each sub-criterion). A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Project Manager; (2) Civil Engineer; (3) Surveyor; (4 ) Architect; (5) Electrical Engineer; (6) Geotechnical Engineer; (7) Structural Engineer; (8) Mechanical Engineer; (9) Environmental Engineer; (10) Geologist; (11) Cost Estimator. The firm's and/or consultant's cost engineering or estimating specialist(s) for each required design discipline applicable to this project, such as architectural, structural, civil, mechanical or electrical, etc., must be specifically identified and his (their) competence indicated by resume(s).Evaluation of each discipline will c onsider education, registration, and relevant experience. Resumes must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. B. Specialized experience and technical competence in: (1) Site/Civil Design for projects in Latin America; (2) Architectural Design for projects in Latin America; (3) Experience with design/build proposal documents; (4) Experience with site investigation and design for projects in Latin America; (5) Performance of surveying and mapping in accordance with A/E/C CADD Standards; (6) Experience in Environmental design and permitting; (7) Experience through training or use of MCACES Second Generation (MII) estimating software ; (8) Experience and knowledge of applying the applicable requirements of the International Building code; (9) Department of Defense Antiterrorism/Force Protection Construction Standards and Army Security Engineering Manuals TM 5-853-2 and -3; (10) In Bloc k H of the SF 330 describe the firm's quality management plan, including quality assurance process, project design-to-cost control, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C . Knowledge of Locality: (1) Knowledge of work in Central and/or South America with respect to local construction standards, techniques, and materials; (2) Demonstrated ability to communicate in the Spanish language by members of the consultant team; (3) K nowledge of security threats and risk reduction procedures; (4) Demonstrated ability to travel to remote locations and coordinate access requirements; D. Capaci ty to Accomplish the Work: The capacity to accomplish at least three (3) $300,000 individual task orders simultaneously, providing high quality products in short timeframes is extremely important. E. Past Performance: Past performance on Department of Defe nse (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. SUBMISSION REQUIREMENTS: Interest ed Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: M rs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7c c?OpenView&Start=30. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is loc ated outside the United States, the local Dun and Bradstreet office should be contacted. A maximum of ten (10) projects including the prime and consultants, will be reviewed in PART I, Section F. Use no more than one page per project. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm the person is asso ciated. PART I OF THE SF330 SHALL NOT EXCEED 50 PAGES. Blank sheets/Tabs separating the sections within the SF 330 will not count in the 50 page maximum for PART I. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. T he Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, b ound in the SF330 at the proper location, and counted as one page. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later than 3:00 P.M. Central Time on 04 April 2007. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closi ng date specified in this announcement. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on or about 09 April 2007. As required by acquisition regula tions, interviews for the purpose of discussing prospective contractors qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To v erify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN01240010-W 20070301/070227221312 (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.