Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

C -- A-E Indefinite Delivery constract for Construction Management Services to Corps of Engineers, Kansas City District.

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-07-R-0056
 
Response Due
9/28/2007
 
Archive Date
11/27/2007
 
Small Business Set-Aside
N/A
 
Description
This is the solicitation for the following and is due Sept 28, 2007: CONTRACT INFORMATION: Architect and engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required to support delivery of Construction Management Services (CMS) to activities and organizations within or assigned to the Kansas City District, U.S. Army Corps of Engineers. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This solicitation is for a multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) type contract(s). Selection will be made for one or more contracts each not to exceed $12.0 million. The contract(s) are anticipated to be awarded in September 2007. One or more months may elapse between subsequent contract awards. The contract period will be 5 years. Task orders will be issued as the need arises during the contract period. The method used to allocate Task Orders among the Contracts will include consi deration such as capacity to accomplish the Task Order and past performance. This announcement is open to all businesses regardless of size. 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 the work to be subcontracted. The subcontracting goa ls for the Kansas City District are as follows: a minimum of 51.2% of the contractor's intended subcontract amount placed with Small businesses (SB), 8.8% placed with Small Disadvantaged businesses (SDB), 7.3% placed with Women-Owned small businesses (WOSB ), 3.1% placed with Hub Zone small business, and 1.5%.placed with Service-Disable Veteran-Owned small business (SDV),and 1.5% placed with Veteran-Owned Small Business. The subcontracting plan is not required with this submittal. The small business standa rd for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4.5 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work) . 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. PROJECT INFORMATION: The work contemplated herein is for CMS on Civil, Military and Environmental construction programs. Services will be requested on an as-needed basis, dependent on the level of construction workload and availability of internal resource s. Services vary in nature; and duration may extend up to several months. The focus of the proposed A-E services contracts is to support the US Army Corps of Engineers in the administration and oversight of construction projects primarily in Kansas and Mis souri but may include: Wisconsin, Minnesota, Iowa, North Dakota, South Dakota, Nebraska, Montana, Wyoming, Colorado, Idaho, and Washington. SELECTION CRITERIA: (A) Primary Selection Criteria, listed in descending order of importance. A.1. Qualifications and Experience. Demonstrate the qualifications and experience of the team, including subcontractors, on required quality assurance/ construction management services similar to that described in this synopsis. For each position / disci pline listed below (except Project Manager and Quality Assurance Representative), provide the names of three (3) individuals and submit their qualifications and experience. For the Quality Assurance Representative position, submit qualifications and experi ence for six (6) individuals. For the Project Manager, submit qualifications and experience for one (1) individual. Key disciplines: Project Manager, Project Engineer, Cont ract Administration, Engineering Technician, Quality Assurance Representative, Technical Support, Clerical, Civil Engineer, Architect, Electrical Engineer, Mechanical Engineer, Cost Estimator, Scheduler, and CADD Technician. (This will be evaluated based o n information included in Sections E and G of SF 330.) A.2. Project Management. The Project Management Plan shall include the following: The team structure described with an organizational chart to include: Key management personnel names and their title, Key quality assurance/ construction management person nel and their title, Ability to mobilize as required in the Scope of Work, Overall management approach to implementing and maintaining the requirements described in the synopsis, The process for resourcing (including procedures for evaluating personnel qua lifications and experience, security considerations, hiring, etc.) the positions and disciplines described herein, The process for establishing and maintaining effective means of communication with USACE project personnel on a daily basis, The process and schedule for delivering invoices. (Based on SF 330 Section H information.) A.3. Past Performance. ACASS is the primary source of information on past performance. ACASS will be queried for all firms submitting a proposal. When deemed appropriate by the evaluation board, performance evaluations for any significant subcontractors who have previously been prime A-E contractors may also be considered. The board may seek information on past performance from other sources including information from SF 330 Section F, but is not required to seek other information on the past performance of a firm if none is available from ACASS. The board will consider the relevancy of each performance evaluation to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a c hange in a firms performance. A firm that has earned excellent evaluations on recent DoD A-E contracts for similar projects will be ranked relatively high on past performance. A.4. Capacity. The board will consider a firms available capacity of key disciplines to perform work in the required time. Greatest weight is on project resources located in or near Fort Riley, Fort Leonard Wood, Fort Leavenworth, McConnell AFB, Kansas City, and Whiteman AFB. (B) Secondary Selection Criteria. The following secondary criteria will not be applied by a pre-selection board and will only be used by a selection board as a tie-breaker, if necessary, in ranking the most highly qualified firms. The secondary criteria w ill not be co-mingled with the primary criteria in any type of scoring or evaluation system. The secondary selection criteria are listed in descending order of importance: B.1. SB and SDB Participation. The extent of participation of SM, SDB, historically black colleges and universities (HB CU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether t he SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Sma ll Disadvantaged firms in accordance with Public Law 95-507. For information purposes, the small business size is defined by the limits of NAICS Code 541330. B.2. Volume of DoD Contract Awards. The overall most highly qualified firms will not be rejected solely in the interest of equitable distribution of contracts. Responding firms should cite all contract numbers, award dates and total negotiated fees for a ny DoD contract awarded within the past twelve (12) months. Please indicate all Task Orders and Modifications awarded your firm by DoD agencies within the last twelve (12) months under an indefinite delivery type contract. Indicate date of Task Ord ers and fee for each. (This will be based on Part II, block 11 of SF 330.) B.3. Geographic Proximity  Firms should identify the location of the home office that will manage the work resources. Firms located near the Kansas City District Office as well as proximity to the Kansas City Districts military installations may be a c onsideration. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of SF 330 (1/2004 edition) for the prime firm and all consultants to the address listed below not later than 4:00 P.M. CDT on the response date in dicated above. Indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages will not provided, and this is not a request for proposal. Submit responses to: U.S. Army Corps of Engineers, Attn: CENWK-CT-M, Cheryl Wi lliams, 760 Federal Building, 601 E. 12th Street, Kansas City, Missouri, 64106-2896. Questions of a technical nature should be addressed to John Cichelli at (816) 389-3191 and those of an administrative nature to Cheryl Williams at (816) 389-3809.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01387861-W 20070830/070828222154 (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.