Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Services IDIQ for Design and Construction Support Services for new facilities primarily west of the Cascades.

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-07-R-0048
 
Response Due
9/19/2007
 
Archive Date
11/18/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED FOR SUBMISSION OF SF330 DOCUMENTS ARE CONTAINED HEREIN. This procurement will be evaluated using Brooks Act (PL-92-582) procedures and FAR part 36. THIS IS AN UNRESTRICTED ACQUISITION OPEN TO ALL BUSINESSES CONCERNS. The purpose of this contract is to provide multi-discipline Architect-Engineer (A-E) design services. The intent is to select two separate Architect-Engineer (A-E) firms or te ams, both primarily for services west of the Cascades. Services will be required for architectural, landscaping/civil, mechanical, electrical and structural engineering design, for new facilities and renovation of existing facilities, and construction sup port services; related to the Seattle District, U.S. Army Corps of Engineers mission. Some task orders will involve preparation of request for proposals (RFPs) for design build contracts. The proposers should include a value engineering expertise on thei r teams as well as LEED certified professionals. Some asbestos and lead paint survey work may be required. This announcement will result in the award of one-year fixed-price indefinite delivery contract with option to extend for four additional years. This contract should have an individual delivery order limit of $1,000,000 per task order and $1,000,000 per year for the base period and four option periods with a maximum contract value amount of $5,000,000. Work will be issued by negotiated firm fixed-price d task orders not to exceed the base contract amount. The A-E will be required, using current Corps of Engineers standards; to prepare plans, specifications, design analyses, and cost estimates, as required for a variety of major military construction pro jects, as well as for maintenance, repair, and alteration projects, minor construction projects, and to provide construction support services. Majority of task orders will involve preparation of requests for proposals (RFPs) for design build contracts usi ng MILCON Transformation template. Selected contractors and subcontractors cannot participate on the teams of design build contractors proposing on the specific RFPs they help put together. Services shall be accomplished in the contractors office with the exception of such field investigations and field surveys as are required at the project site. The Government will not provide any direct supervision of the Architect/Engineer (A/E) employees. SELECTION CRITERIA: The selection criteria for this project a re listed below in descending order of importance. Criteria (1) through (5) are PRIMARY criteria and will be evaluated for all firms. The PRIMARY criteria are listed in descending order of importance. Criteria (6) through (8) are SECONDARY criteria and shall only be used as tie-breakers should the application of criteria numbers (1) through (5) result in firms being rated as technically equal. PRIMARY Criteria: (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm(s). Projects comp leted on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be considered more favorably for this criteria (2) PROFESSIONAL QUALIFICATIONS of key personnel to be assigned to this contract, which are n ecessary for satisfactory performance of the type of work requirements listed in Criterion (1), as demonstrated by education and professional registration and/or certification, specific to architectural and engineering disciplines, including: civil, struct ural, electrical, mechanical, environmental, architectural and interior design, sustainable design and cost engineering. Resumes (Standard Form (SF) 330, Section E, Page 3; one Section E shall be completed for each key person identified) must be provided for these disciplines, including proposed consultants. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this annou ncement. Key personnel are defined as lead designers for key disciplines, Project Manager and Quality Control Manager to be assigned to this contract. Key personnel proposed are required to be licensed or certified professionals, as applicable. The eva luation is to consider education, training, registration, overall and relevant experience and longevity with firm. Provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the bran ch office location of each team member. (3) PAST PERFORMANCE on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. (4) CAPACITY of the proposed team to accomplish approximately the work of the required type and the dollar amount stated in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Demonstrate the ability to complete several multidisciplinary contract task orders concurrently. (5) KNOWLEDGE OF THE LOCALITY of the contract as it relates to engineering design, particularly west of the Cascades in Washington, Oregon, Idaho, and Montana. Information provided must demonstrate ex pertise in geological features, climatic conditions, and/or local construction methods. SECONDARY Criteria: (6) EXTENT OF SMALL BUSINESS PARTICIPATION (including Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB), historically blac k colleges and universities, and minority institutions) in the proposed contract team, measured as a percentage of the total estimated effort. (7) GEOGRAPHICAL PROXIMITY to Fort Lewis and its sub-installations.(8) EQUITABLE DISTRIBUTION OF THE WORK. List the total amount (dollar value) of Department of Defense (DoD) contract awards as the prime contractor within the past twelve (12) months. GENERAL INFORMATION: The contract is anticipated to be awarded in October 2007. The primary North American Industr ial Classification System (NAICS) Code for this procurement is 541330, previously Standard Industry Code (SIC) 8712. The small business size standard is $4.5 million annual average gross revenue for the last three fiscal years. For the purposes of this pro curement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 5 2.219-9 regarding the requirement for a subcontracting plan or that part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: a. At least 51.2% of plann ed subcontracting dollars intended subcontract amount be placed with Small Businesses (SB). b. At least 8.8% of a contractor's intended subcontract amount be placed with Small Disadvantaged Businesses (SDB) or Historically Black Colleges and Universities or Minority institutions. c. At least 7.3% of a contractor's intended subcontract amount be placed with Women Owned Small Business (WOSB). d. At least 3.1% of planned subcontracting dollars intended subcontract amount be placed with HUBZone small busines s concerns. e. At least 1.5% of planned subcontracting dollars intended subcontract amount be placed with service-disabled veteran-owned small business (SDVOSB). Go to http://www.va.gov/osdbu/dbwva/index.asp or http://www.sba.gov/VETS/ for questions conc erning the Veterans Business Development program. The subcontracting plan is not required with this submittal. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractors Registration (CCR) prior to award of any gove rnment contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log on to Internet web site at http://www.ccr.gov. Qualified firms desiring consideration shall submit one copy of a SF-330 including organization chart of key personnel to be assigned to this contract and each subconsultants current SF-330. Include the firm's DUNS number in SF 330, Part I, Section H. Submittals s hould be mailed or delivered to Ms. Dawn R. Hickman, USACE Seattle District, CB-CT-MU (Hickman), 4735 E Marginal Way S, Seattle, Washington 98134-2329. One copy of the submittal package is due not later than 2:00 PM Pacific Time on 19 September 2007. Subm ittals received after this date and time will not be considered. No e-mail, telegraphic or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this anno uncement are not desired. THIS PROCUREMENT IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESSES.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01379928-W 20070823/070822071008 (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.