Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

C -- Architect and Engineering (A-E) services required for various military and civil works projects within the boundaries of or assigned to the Little Rock District, Corps of Engineers

Notice Date
7/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S07R6019
 
Response Due
8/9/2007
 
Archive Date
10/8/2007
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION:??This contract is being procured in accordance with PL 92-582 (Brooks A-E Act) as implemented in FAR Subpart 36.6. Architect-Engineering Services are required for various military and civil works projects in or assigned to the Little Rock District and outside the primary area of responsibility at the Governments discretion. Work will be issued by negotiated firm-fixed-price task orders. This announcement is open to all businesses regardless of size. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Little Rock District Corps of Engineers intends to award up to two indefinite delivery contracts for general engineering services with anticipated award in Fiscal Ye ar 2007. One contract will be awarded on an unrestricted basis using a full and open competition, and one contract may be awarded as a Service Disabled Veteran Owned Small Business set-aside. The contract period for the unrestricted award will be for thr ee (3) years (one base year and two option periods not to exceed one year each) and the Service Disabled Veteran Owned set-aside for five (5) years (one base year and four option period not to exceed one year each). (In the event, both awardees are classif ied as small businesses; both award periods will be for five (5) years.) Option periods may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhau sted. It is anticipated that the estimated workload for each option period will be $750,000. The cumulative amount of all task orders will not exceed $2,250,000 if an award is made to a large business, and will not exceed $3,750,000 for award(s) to small b usiness(es). The NAICS Code for this procurement is 541330 with a small business size standard of $4,500,000 average annual receipts over the last 3 fiscal years. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The subcontracting plan will be required with the final fee proposal, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. The plan is not required w ith this submittal. At a minimum, the subcontracting goals for the Little Rock District which will be considered in the negotiation of this acquisition are: 51.2% of the total planned subcontracting dollars for Small Business (SB) concerns and of the Prim e Contractors intended subcontract amount-- 8.8% targeted for Small Disadvantaged Businesses (SDB), 7.3% targeted Women-Owned Small Businesses, 3.1% targeted for HUB Zone Small Businesses, and 1.5% targeted for Service-Disabled Veteran-Owned Small Busines ses. 2. PROJECT INFORMATION: A-E services are expected to be required for various military and civil works projects for a Firm Fixed Price contract for engineering, schematic (Charrette) design (10%), concept design (35%), working drawings (65%), final design (100%), construction phase services, and other services.??The services will include, but not be limited to, any or all of the following: design, drafting, and planning services for new construction; renovation, RFPs for design-build, demolition and alterations of existing facilities; comprehensive interior design (CID); construction cost estimating; topographic or boundary surveys; various engineering studies and site investigations; subsurface geotechnical investigation and testing; and environment al studies/surveys and abatement design.??Construction phase services may include site visits, technical assistance, preparation of operation and maintenance (O&M) manuals, and shop drawing and construction submittal review and approval.??All work must be done by or under the direct supervision of licensed professional Architects or Engineers. 3. SELECTION CRITERIA:??The selection criteria are listed below in d escending order of importance (first by major criterion and then by each sub-criterion).??Criteria a through e are primary.??Criteria f through h are secondary and will only be used as tie-breakers among technically equal firms.??a.? Specialized Ex perience and Technical Competence:??(1) Demonstrated experience by the prime firm and its consultants in military facility design of DOD and civil projects as well as recreational planning and design. Projects older than five years will not be considered. Similar projects newer than three years will receive higher ratings. (2) Cost Engineers that have completed formal training on M-CACES MII or later software; experience with both military and civil works breakdown formats for estimates; and familiar with preparation of detailed cost estimating procedures and construction schedules. (3) Construction Management Services (CMS) on Civil and Military construction projects including Quality Assurance and Construction Oversight Work. For CMS, Contractor(s) wi ll work under the direction of the Local Resident Off ice Team Leader/Contracting Officers Representative for the administration of the construction contract. (4) Computer Resources firms must indicate in?Section H of the SF 330 the following items:??(a) accessibility to and/or familiarity with the Construction Criteria Base (CCB) system.??This shall include as a minimum, the SPECSINTACT specification system, the MCACES estimating system, and the Dr CHECKS review management system;?(b) demonstrated CADD c apability with capacity to produce output files in .DXF or .DWG and .CAL file format.??CADD drawings will be required on CDs in AutoCAD Release version 2005 or higher. b. Professional Qualifications:??(1)?The design team must possess experienced and regis tered or certified personnel. The A-E work may consist of the following disciplines and skills, but are not limited to: Licensed Project Engineer, Construction Representative, Engineering Technician, Quality Assurance Representative, Construction Enginee r, Civil Engineer, Structural Engineer, Architectural Engineer, Architect, Electrical Engineer, Mechanical Engineer, Environmental Engineer, Industrial Hygienist, Geotechnical Engineer, Fire Protection Engineer, Geologist, CADD Specialist, Administrative A ssistant, and Scheduler (primavera proficiency required) disciplines and registered professional land surveyors. Resumes shall not exceed one page. Availability of an adequate number of personnel in key discipline shall be presented to insure that the sel ected A-E firm can meet the potential of working on multiple tasks. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. c.?Past Performance: Past performance on DOD and other contr acts with respect to quality of work, cost control, and compliance with performance schedules. Evaluation will be based on established Architect-Engineer Contract Administration Support System (ACASS) ratings and other credible documentation included on t he SF 330. ?Evaluation may prove advantageous for firms with superior performance ACASS evaluation ratings on recently completed projects.? d.?Capacity to Accomplish the Work in the Required Time:???Firms must demonstrate ability of the design team to perf orm at least two $150,000.00 task orders in a 150-day period. The evaluation will consider the experience of the firm and any consultants with similar size projects and the availability of an adequate number of personnel in key disciplines. In Section H, Par I, SF 330, prime firms must show their last 12 months of Federal contract awards stated in dollars.??e. Knowledge of the Locality: including climate conditions, architectural context, local construction methods and local/state building codes and perm it requirements.??f. Small Business and Small Business Entities Participation: Extent of participation of small businesses, small disadvantaged businesses, wom en-owned small businesses, Hubzone small businesses, service-disabled veteran owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated eff ort.???g.?Geographic Proximity: (If awarded to a Serviced-Disabled Veteran Owned Small Business, within 300 miles of the Little Rock District).??h.?Volume of DOD contract awards in the last 12 months: Considerations may include:??(1) Equitable distributi on of contracts among qualified A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DOD contracts which will only be considered when?used as a tie-breaker.??( 2)??ACASS retrievals; and?(3)?Current workload. ? SUBMISSION REQUIREMENTS:??All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 330 for the design team to the above address. Please clearly indicate the Solicitation Number and POC name on the outside of the package. Proposals must be received by no later than 4:00 PM on the indicated response date. Submittals by facsimile transmi ssion, email, or in an electronic format will not be accepted and will be considered non-responsive.?? Forms may be obtained through GPO at {202)512-1800 or via the web site at http://www.gsa.gov/forms/zero.??ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR?REGISTRATION (CCR) DATABASE IS REQUI RED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information r egarding this registration may be obtained by accessing the?website at http://www.ccr.gov. The SF 330 must also include the following:?? a. Section H: prime firm's ACASS # and distance (in terms of POV driving miles) from address of office to perform the work and the Little Rock District. For ACASS information, call 503-808-4591;???b. Section H: include your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code.?? c. Firms with more than one office - (1) Section C: this section should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Section E: each key person's office location;?? d. S ection E: registrations must include the year, discipline and state in which registered;???? e. Section F: a descriptive project synopsis of major items of work;??f. Section F. Indicate fee in terms of thousands of dollars, not percentage of work completed . Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation.???This is a combined synopsis/solicitation for A-E Services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.??This announcement constitutes the only solicitation; proposals are being?requested and a written solicitation will not be issued.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Rm 7315 Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN01338387-W 20070712/070710221248 (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.