Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

C -- AE Multidiscipline Design/Professional Services IDIQ

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
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-0077
 
Response Due
7/28/2007
 
Archive Date
9/26/2007
 
Small Business Set-Aside
N/A
 
Description
PART: U.S.GOVERNMENT PROCUREMENT SUBPART: SERVICES CLASSCOD: C-Architect and Engineering Services - Construction OFFADD: U.S. Army Corps of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, (MAJ Gerard Henry) Forth Worth, TX 76102-0300 SUBJECT: MULTIDISCIPLINE DESIGN/PROFESSIONAL SERVICES IDIQ THE UNITED STATES AND ITS TRUST TERRITORIES SOL W9126G-07-R-0077 DUE: (30 days from publish date) 1.0 CONTRACT INFORMATION: Multidiscipline Design or other Professional Services, procured in accordance with PL-582 (Brooks A-E Act) and FAR Part 36, are required for engineering, design, and related services to potentially include but not limited to any or all of the following: civil works and related services, design, drafting, and planning services for new construction and/or renovation, demolition and alterations of existing facilities; military construction programming; construction cost estimating; topographic or boundary surveys; on site construction management; various engineering studies and site investigations; value engineering services; subsurface geotechnical investigation and testing; traffic engineering and surveys; fire protection certifica tions; electrical and mechanical investigations; hydraulic design, roadway design. Environmental studies/ surveys and abatement design services may also be required. All work must be done by or under the direct supervision of licensed professional engine ers or architects. The North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,000,000 in average annual receipts and corresponds to SIC Code 8711. The initi al contract is anticipated to be awarded on or about September 2007. For submittal or technical information contact Ron Bradney (817) 886-1961, U.S. Army corps of Engineers, 819 Taylor Street, Fort Worth, TX 76102. More than one contract may be awarded from this announcement, two UNRESTRICTED and one Small Business (set aside). The Unrestricted contract not to exceed $3 Million over a 3 year period and a Small Business set aside contract not to exceed $5 Million over a 5 year period. Before a small bu siness is proposed as a potential subcontractor, they must be registered in the Central Contractor Registration database. Failure of a proposed small business to be registered in CCR at the time of the SF 330s are submitted will result in their eliminatio n as a proposed subcontractor. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the Option of Fort Worth District, Corps of Engineers, Task Orders issued against contracts awarded un der this announcement may be by or for other government agencies. To be eligible for contract award, a firm must be registered n 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. 2.0 PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of this contract awarded under this announcement will be considered if A-E services are to be utilized. Projects are anticipated to be in support of design at Fort Hood Army Reservation executed by Fort Worth District. The work may involve design, drafting, planning, studies, site investigations, survey for hazardous, toxic or regulated materials, topographic and/or boundary surveys, on site construction surveillance/ contractor submittal review, and subsurface geotechnical investigations/t esting. Design projects are expected to includ e new construction, communication and data design, maintenance/repair or alterations to existing facilities, utility systems and demolition of existing facilities. Work may also include engineering studies or value engineering services. Design considerat ions also include landscaping, architectural hardware, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans. Project deliverables may include engineering studies, environmental surveys (asbestos, lead based paint, soil, etc.), CADD produced plans, specifications based on UFC guidelines and UFGS, detailed construction cost estimates, design analysis, and weekly status reports. All deliverables are required in hard copy and as electronic files on compact disks. 3.0 SELECTION CRITERIA: Selection criteria in descending order of importance are as follows (Criteria (a)- (e) are primary criteria; items (f)-(i) are secondary and are used as tie-breakers among technically equal firms): (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel r esumes at Block 7 of the SF255.): (1) The selected team must demonstrate recent (within the past 5 years)and significant experience in the design of existing facilities and utility infrastructure and renovations, paying particular attention to area archite cture and conditions, utility systems, landscaping, interior design, service/command and unique requirements, value engineering and environmental issues. (2) Firms must demonstrate the capability to design projects incorporating the latest DoD force Prote ction/ Anti-Terrorism criteria, UFC codes, and LEED certification criteria. (3) Firms must have personnel with at least three years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 70 and 10 1 and UFC 3-600-01, Design: Fire Protection engineering for facilities, which has replaced MIL-HDBK 1008C. (4) Firm must demonstrate past designs, which comply with Uniform Federal Accessibility Standards(UFAS) and Americans with Disabilities Act (ADA) re quirements (5) Firms must demonstrate experience in evaluating contractors submittals and performing construction surveillance. (6) Firms must demonstrate the ability to prepare specifications based on edited (UFGS), and detailed construction cost estima tes based on RS Means. (7) Firms must demonstrate the ability to submit drawings in AutoCad , Bentley Microstation and utilizing their respective BIM features utilizing current versions. (8) Firms must demonstrate the ability to provide data files on CD -ROM discs, and create PDF files of specifications, drawings and other documents. (9) All narrative text, including specifications, shall be furnished in Microstation Word and Excel for windows XP format. MS-Access capability or a database which can be i mported into MS-Access (XP) is also required; the selected firm may be required to upgrade versions of these and other commonly used programs during the duration of the contract. Firms must demonstrate the capability to comply with these requirements. (b) Professional Capabilities: The indefinite Delivery Contract will require for the A-E Contractor (either in-house or through consultant) as a minimum, the following :one project manager, two registered professional civil engineers, two registered structur al engineers, two registered architects, one landscape architect, one architectural hardware specialist, one interior designer, one registered electrical engineer, one registered mechanical engineer, one qualified fire protection engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: An engineer having a Bachelor of Science or Master of Science Degree In fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 year of work exper ience in fire protection engineering; a registered professional engineer (P.E.) who has passed the fore protection engineering written examination administered by the National council of Examiners for Engineers and Surveys (NCEEES); or a registered P.E. i n 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, one environmental survey personnel (asbestos, mold, lead based paint, so il, etc.), one environmental design personnel (asbestos, mold, lead based paint, soil, etc.), one value engineer, one cost estimator, one registered surveyor and survey crew, and a testing lab (geotech and environmental-asbestos, lead -based paint, soil, e tc.). None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Ensure that resumes are provided for each of the required architects, engineers, and ot her personnel specifically required (Resumes for the surveying crew are not required). Repeat resume page as needed to provide all required resumes. (c) Firms must demonstrate adequate team capacity to design three task orders concurrently meeting all sc hedules. (d) Knowledge of locality: Firms must demonstrate familiarity with the Central Texas areas and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. (e) Demonst rate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, item (f) through (i), are secondary criteria: (f) Demonstrate past performance in preparing DoD, preferably Corps of Engineers d esign-build solicitations and full designs thru the Corps of Engineers. (g) Volume of DoD contract awards. In Block no. 10 of the SF 255, firms must show their last 12 months DoD contract awards stated in dollars. (h) In block no 10 of the SF 255, in clude a draft design quality control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you can use to insure that a quality design is produced. (i) Geographic proximity of firm to Fort hood, TX. 4.0 SUBMITTAL REQUIREMENT: Interested firms having the capabilities to perform this work must provide one submittal package no later than 4:30 p.m. on July 28, 2007. Work and deliverables may also include engineering studies, environmental studies, reports and recommendations, formulation of facility sustainment programs, CADD produced plans, spec ifications prepared utilizing Specsintact (Government furnished software). All CAD files used for the creation of the construction documentation plan set will be delivered in AutoCADD (latest version) or MicroStation (latest version) as required and prepar ed in conformance with the CADD/GIS Technology Center A/E/C CADD Standard Release 2.0 (available at https://tsc.wes.army.mil/products/standards/aec/aecstdweb.asp). The design will be prepared using English system of measurement. Construction cost estimates will be prepared using Corps of Engineers MII Computer Estimating System. Software will be provided by the Government. Building Information Modeling (BIM) software will be utilized during the Design phase and will also be developed for use by the General Contractor and subcontractors during construction. The AE design firm is to use a BIM application certified in the IFC Coordination View (2X2 or better) for Design Development, Design Analysis, Interference Checking, Design Coordination & Review, Specifi cation Coordination, Contract Document Production, Visualization/Renderings, Quantities Take-off/Cost Estimation, Construction Data Management, Modifications, RFIs, and Asbuilts. The IFCs provide a standard format for BIM to allow sharing of information b etween domain and discipline software systems. Design considerations may include landscaping, architectural evaluations, hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans, and construction site requirements. The specific ations will be produced in SPECSINTACT using Unified Facilities Guide Specifications. Responses to design review comments will be provided using Corps of Engineers DR Checks system. All deliverables will be required in hard copy form and electronic files  electronic files may be required to be provided on CD-ROM, DVD, or compact disk. (For more information on Specsintact, M-CACES, electronic advertising process, etc. go to http://www.swf.usace.army.mil//links/e&c/ec-a. 5.0 - POINT OF CONTACT: Contracting MAJ Henry, Contract Specialist  Email: Gerard.Henry.MAJ@swf02.army.mil Technical  Mr. Ron Bradney, Project Manager (817-886-1961)
 
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
SN01329288-W 20070629/070628031504 (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.