Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2007 FBO #2155
SOLICITATION NOTICE

Y -- Multi-Discipline Architect-Engineering (A-E) Services for Electrical and Mechanical Design, Abbreviated Design, and Construction Support Services, Primarily at Fort Lewis, Washington and Fort Lewis Sub-installations.

Notice Date
10/19/2007
 
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
W912DW08R0004
 
Response Due
11/19/2007
 
Archive Date
1/18/2008
 
Point of Contact
gayle.hanson, 206-764-6804
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(gayle.hanson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT THE SF330 DOCUMENTS IS CONTAINED HEREIN. This procurement will be evaluated using the Brooks Act (PL-92-582) procedures and FAR P art 36. This is an UNRESTRICTED ACQUISITION open to all qualified Business Concerns. The purpose of this contract is to provide Multi-Discipline Architect-Engineering (A-E) Services for Electrical and Mechanical Design, Abbreviated Design, and Constructi on Support Services, Primarily at Fort Lewis, Washington and Fort Lewis Sub-installations. Required services include preparation of design-bid-build and design-build solicitation involving electrical and mechanical disciplines, for new construction, reno vation and repair projects, as well as related construction management services. Individual task orders to be assigned under this contract will identify specific requirements. DESCRIPTION: A) The A-E shall perform all or parts of the following design se rvices as specifically identified in each individual task order. 1) Prosecute the various work features as described hereinafter to the extent set forth in each individual task order to be issued hereunder. 2) Utilize government design, drawings, specifi cations and standards for buildings, structures and other facilities as necessary to meet the requirements of the layouts of the proposed project. 3) Prepare, subject to approval of the Contracting Officer, charrettes, preliminary studies, sketches, layou t plans, reports and cost estimates of the proposed projects including all structures, utilities and appurtenances thereto. The number of copies of the studies, plans, and reports to be furnished to the Government will be set forth in each individual task order. 4) Prepare informal shop drawings, abbreviated design, analyses and estimates incidental to the job for simplified acquisition contracts, Job Order Contracts and other contracting procedures, in-house construction or troop construction. 5) Conduc t incidental Value Engineering studies using a certified value specialist as part of the team, when required. 6) Prepare incidental environmental studies such as asbestos and lead surveys, testing of samples, and specifications for disposal of the same. 7) Provide services relating to mechanical and electrical aspects of Anti-Terrorism/Force Protection (AT/FP) criteria needed to ensure that designs and solicitations meet the current DoD criteria for these areas of engineering and construction. 8) Provide services relating to Sustainable Design needed to ensure that designs and solicitations meet the current DoD criteria for these areas of engineering and construction. 9) Provide lighting services to ensure design and solicitations meet the requirements a nd recommendations of the current version of the Illumination Engineering Society of North America Lighting Handbook. Provide airfield lighting designs and solicitations. 10) Provide services relating to Direct Digital Control criteria to ensure designs and solicitations meet the current graphical and functional interface requirements of a Tridium Management Control System. B) The A-E shall perform all or part of the construction support services related to Section A of this synopsis. SELECTION CRITERIA : The selection criterions for this project are listed below in descending order of importance. Criteria 1 through 5 are Primary criterions and will be evaluated for all firms. Criteria 6 through 8 are secondary criterions and shall only be used as tie-b reakers should the application of criteria number 1 through 5 resulting in firms being rated as technically equal. Primary Criteria: (1) Specialized Experience and Technical Competence of the proposed firm. Provide representative examples of completed p rojects relating to the Tridium Management Control System, Direct Digital Control Systems, lighting designs, airfield lighting designs, and sustainable design. Projects completed on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be rated more favorably for this criteria. Projects that include experience and demonstrated technical competence in one or m ore of the following are considered similar projects and may be rated more favorably for this criterion: renovation of facilities, remodeling of facilities, and work performed on a military installation. (2) Professional Qualifications of key personnel to be assigned to this contract, which are necessary 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 engi neering disciplines including: civil, structural, 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 ea ch 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 announcement. Key personnel are defined as lead designer s 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 evaluation is to consider education, training, registrat ion, 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 branch office location of each team member. (3) Past Per formance of the project team on similar projects by the proposed key personnel (as described in Criterion (2) above) in terms of quality of work, cost control, and compliance with performance schedules. Referenced projects that were performed by key perso nnel under the proposed team structure may receive a higher rating in the evaluation under this criterion. Provide representative examples of completed projects in the areas of a Tridium Management Control System, Direct Digital Control Systems, lighting designs, airfield lighting designs, and sustainable design. Past performance ratings for projects completed on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be rated more favorably for this crit eria. The Government will consider information obtained from ratings in ACASS and any other sources deemed necessary by the Government. (4) Capacity of the proposed team to accomplish approximately the work of the required type and the dollar amount state d in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. (5) Knowledge of the Locality of the contract as it relates to engineering design, particularly at Fort Lewis and Fort Lewis Sub- installations. Information provided must demonstrate expertise 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 black 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-in stallations. (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: This announcement will result in th e award of a fixed-price indefinite quantity contract. The effective period of the contract shall be a base period with the option to extend for four (4) option periods with a maximum contract value amount of $5,000,000 (five million dollars). This contract will have an individual delivery order limit of $500,000 (five-hundred thousand dollars) per task order and the amount of work in each contract period will n ot exceed $1,000,000 (one million dollars). Work will be issued by negotiated firm fixed-priced task orders not to exceed the base contract amount. The primary North American Industrial Classification System (NAICS) Code for this procurement is 541330, p reviously Standard Industry Code (SIC) 8711. The small business size standard is $4.5 million annual average gross revenue for the last three fiscal years. For the purposes of this procurement, 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 52.219-9 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 planned subcontracting dollars intended subcontract amount be placed with Sma ll Businesses (SB). b. At least 8.8% of a contractor's intended subcontract amount be placed with socially and economically disadvantaged individuals or Historically Black Colleges and Universities or Minority institutions. c. At least 7.3% of a contract or'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 business concerns. e. At least 1.5% of planned subcontracting d ollars intended subcontract amount be placed with Service-disabled Veteran-owned Small Business (SDVPSB). Go to http://www.va.gov/osdbu/vetctr.htm or http://www.sba.gov/VETS/ for questions concerning the Veterans Business Development program. The subcont racting 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 government 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 SF330 including organization chart of key personnel to be assigned to this contract and each subconsul tants current SF330. Include the firms DUNS number in the SF330, Part I, Section H. Submittals should be mailed or delivered to Ms. Gayle Hanson, USACE Seattle District, CB-CT-MU(Hanson), 4735 E Marginal Way S, Seattle, Washington 98134-2329. One copy of the submittal package is due not later than 2:00 p.m. (PST) on , 19 November 2007. Submittals received after this date and time will not be considered. No e-mail, telegraphic or facsimile submittals will be accepted. Elaborate brochures or other pres entations beyond those sufficient to present a complete and effective response to this announcement 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
SN01437845-W 20071021/071019224257 (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.