Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Architect Engineer (AE) Services Primarily for Federal Projects Located at Ft. Gordon, GA

Notice Date
6/22/2007
 
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-0082
 
Response Due
7/22/2007
 
Archive Date
9/20/2007
 
Small Business Set-Aside
N/A
 
Description
Technical Point of Contact is Efrain Rosario at email: Efrain.Rosario@sas02.usace.army.mil; Contractual Questions: Lee Tew at email: Donnie.L.Tew@sas02.usace.army.mil; Questions concerning subcontracting plan: Leila Hollis at email: Leila.Hollis@sas0 2.usace.army.mil; Questions concerning SF 330; Hunter Lupton at email: Hunter.D.Lupton@sas02.usace.army.mil. 1. CONTRACT INFORMATION: a) The Savannah District, U.S. Army Corps of Engineers requires the service of an Architect-Engineer (A-E) firm for a mu ltidiscipline Indefinite Delivery Contract (IDC). Up to one contract may be awarded from this announcement. 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 for the required work. b) The contract awarded as a result of this announcement will be administered by the Savannah District or Fort Gordon. This contract will be for use on federal projects primarily located at Ft. Gor don, GA. However, the contract may also be used on federal projects located within the geographic boundaries of 1) The U.S. Army Corps of Engineers, South Atlantic Division or 2) The U.S. Army Installation Management Command Southeast Region. All Archite cts and Engineers (A-E) are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 - Construction Contracts with Architect-Engineer Firms. Any A-E that prepares a Design-Build Request for Proposal fo r a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. If awarded a contract resulting from this announcement, A-Es are reminded that they may decline to accept a task or der, which is appropriately placed on the contract, only in accordance with the terms and conditions of FAR contract clause 52.216-19  Order Limitations. Contracts may be issued up to one year after selection approval. Contract limits and contract size will be determined at the time of selection. c) 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 of each schedule over the three-year ordering p eriod may not exceed $3,000,000. d) Task Orders will be primarily for small projects with a construction value typically under $2 million; however, if required, larger projects will be executed under this contract. 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 5 2.216-4007: (1) Performance and Quality of deliverables under current IDCs, (2) Awardees 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 N AICS is 541330; size standard $4.5 million. e) This announcement is open to all businesses. 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 business. 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 a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subc ontracting 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); 1.5% to service disabled veteran-owned small business (a composite of small business and veteran-owned small business). While the Savannah District d oes not have a specific target for subcontracting 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 subcont racting plan will be evaluated in accordance 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(s) selected for negotiations. For additional information, contact Leila Hollis at (912) 652-5340. 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, design charettes, professional engineering calculations and other certifications, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. The work primarily consists of the design of new vertical construction facilities commonly found at m ilitary 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 commissioning/start-up/fit-up design support. All design CADD files must be delivered in the (*dgn) format. All design must comply with the Savannah District Design Manual and the Fort Gordon Installation Design Guide. 3. SELECTION CRITERIA: 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 another 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 weighted equally and each factor individually is more important than Factor 3  Past Performance, Factor 4  Work Management, and Factor 5  Geographic Proximity and significantly more important than Factor 6  Knowledge of Locality, Factor 7  Small Business Participation, and Factor 8  Volume of Work. Factor 3  Past Performance, Factor 4  Work Management, and Factor 5  Geographic Proxi mity are weighted equally and each factor individually is more important than Factor 6 - Knowledge of Locality, Factor 7  Small Business Participation, and Factor 8  Volume of Work. Factor 6  Knowledge of Locality, Factor 7  Small Business Participati on, and Factor 8  Volume of Work are weighted equally and will only be used as a *tie-breaker* among firms that are essentially technically equal. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a r ating from outstanding to unsatisfactory 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 firms determined t o be most highly qualified. 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 with 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 co nsider the performance risk associated with that team not being co-located. ****FACTOR 1  SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): a. D esign of new facilities or utility systems of various types, sizes, and complexities; b. Design of projects on Army installations; c. Sustainable design utilizing the SPiRiT or LEED rating tools; d. Rehabilitation of existing facilities or utility syste ms of various types, sizes, and complexities; e. Application of Anti-Terrorist/Force Protection criteria; f. Cost engineering; g. Construction phase services including shop drawing review and preparation of O&M manuals. Technical competence will be jud ged 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 projects, and most recent firm and employee history of experience on simila r projects. The evaluation of this factor will be based on the projects completed in the previous five years. *** FACTOR 2  KEY PERSONNEL. Resumes for qualified personnel should be presented in Section E for the following key personnel. All key personn el shall be shown on the organization chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, fire protection engineer, geotechnical engineer, land surveyor, and certified industrial hygienist. Resumes shall be provided for other key personnel as follows: project manager, interior designer, cost estimator, and landscape architect. Registration/certific ation 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, plus a minimum of 5 years work experience in fire protection eng ineering; 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 dedicated to fire protection engineering. One resume only shall be provided for each of the above key personnel. Other personnel should be shown on the organization chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communicatio n between project team leaders and team members. **** 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 ra tings, awards, and repeat clientele in Section H of SF330 is recommended. Past performance will be based on ACASS ratings 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 from the previous five years. **** FACTOR 4  WORK MANAGEMENT. A proposed management 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 fi rms 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, valu e engineering, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on simil ar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. Address the firms capac ity and necessary experience to perform two simultaneous $500,000 task orders in a 180-day period. FACTOR 5  GEOGRAPHIC PROXIMITY. Proximity of the firm and all team members to Fort Gordon, GA and federal projects under the jurisdiction of the Savannah District. **** FACTOR 6  KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects at Fort Gordon, GA or federal projects under the jurisdiction of the Savannah District. **** FACTOR 7 - SMALL BUS INESS 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 provide 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 allow government ev aluators 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 appropri ate, 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 encourageme nt to small and small disadvantaged businesses.**** FACTOR 8  VOLUME OF WORK. 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 22 July 2007. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be p rocessed IAW 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 Microsoft 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 instructions 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 ext raneous 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
SN01326039-W 20070624/070622235451 (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.