Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
MODIFICATION

C -- RANGE AND TRAINING LAND PROGRAM ARCHITECT-ENGINEER SERVICES (RESTRICTED)

Notice Date
12/20/2007
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY08R0001
 
Response Due
1/7/2008
 
Archive Date
3/7/2008
 
Point of Contact
Patricia Page, 256-895-1746
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(patricia.a.page@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description **Modification to extend submission due date and incorporate responses to questions received from potential offerors** CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FA R 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See Numbered Note 24 for general information on the A-E selection process. Architectural Engineering services are required in suppor t of the Range and Training Land Program (RTLP) project planning, site investigations, engineering analysis, surface danger zone analysis, evaluations and various studies, surveying and geotechnical investigations, innovative technology applications analys is, sustainable design applications, National Environmental Protection Agency (NEPA) documentation investigations, construction plans, specifications and cost estimates, value engineering studies, request for proposals (RFP), extension of designs, and engi neering services during range and training facility construction. Approximately three indefinite delivery contracts will be negotiated and awarded with a base year and four option years that are set-aside for Small Businesses (SB). Task orders issued fro m resultant IDIQ contracts will be negotiated Firm Fixed Price (FFP) task orders or negotiated cost plus fixed fee (CPFF) task orders. The total amount of the contracts is estimated to be $50,000,000.00. Range projects are defined as Infantry Squad Battle Course (ISBC), Infantry Platoon Battle Course (IPBC), Fire and Movement Range (F&M), Light Demolition Range, Infiltration Course, Hand Grenade Familiarization Range, Hand Grenade Qualification Course, Live Fire Exercise Breach Facility, Live Fire Shoothou se, Urban Assault Course (UAC), Air Defense Firing Range, Scout/Recon Gunnery Complex, Field Artillery Indirect Range, Mortar Range, Multipurpose Machine Gun Range (MPMG), Anti-ArmorTracking and Live-Fire, Combat Pistol Qualification Course (CPQC), Bayonet Assault Course (BAC), Automated Sniper Field Fire Range, Qualification Training Range (QTR), Modified Record Fire Range (MRF), Automated Record Fire Range (ARF), Automated Field Fire Range (AFF), Rifle/Machine Gun Zero Range, and Training Support Centers (TSC) and other training facilities of similar magnitude and complexity. The contracts are anticipated to be awarded within FY08 3rd Quarter. The most applicable North American Industrial Classification Code (NAICS Code) is 541310 (Architectural Engineer ing and Related Services), with a small business size standard of $4,500,000.00 in average annual receipts. 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 Depa rtment of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) Central Contractor Reg istration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: A-E services are required for RTLP projectplanning and programming, site investigations, engineering analysis, surface danger zone analysis, eval uations and studies, surveying and geotechnical investigations, innovative technology applications analysis, sustainable design applications, National Environmental Protection Agency (NEPA) documentation investigations, construction plans, specifications a nd cost estimates, value engineering studies, request for proposals (RFP), extension of designs, and engineering services during range and training facility construction. RTLP A-E design services, will support various Army, Army Reserve, National Guard an d Marine Corps installations and design projects for other Corps of Engineers District offices. Range projects are located at various Department of Defense (Do D) facilities and other federal and state facilities. Projects may be located in (CONUS) or outside the continental United States (OCONUS). Services will require the knowledge and ability to deal with the various unique training requirements involved wit h the multiple weapons systems used by DoD and the need to construct facilities that will withstand multiple training events from weapons systems firing training and live ammunition. The contractor shall be responsible for accomplishing designs and prepar ing drawings using computer-aided design (CAD) and delivering the three-dimensional drawings in MicroStation software, electronic digital format. Specifications shall be processed and delivered in SpecsIntact software configuration. Final drawings and sp ecifications shall be delivered in a format compatible with Corps of Engineers electronic bidding system. The Government will only accept the final product that is fully operational, without conversion or reformatting. Cost estimates must be prepared usi ng the Tri-Services Micro-Computer Aided Cost Estimating System (MCACES), Second Generation (MII) cost engineering system. Work shall be submitted in hard copy format as well as digital. Record drawings shall also be submitted in reproducible hard copy format. The projects have a projected MCA construction of up to but not limited to $9,000,000.00 each. In accordance with FAR Part 16.505(a)(8)(ii) and DFARS clause 252.236-7009,Option for Supervision and Inspection Services, the Government may direct the Contractor to perform any part or all of the supervision and inspection services for the construction contract. IAW FAR 36.209, the A-E Contractors selected for award will not be allowed award consideration for construction phase of pr oject for design work prepared by its own forces, subsidiaries or affiliates. 3. SELECTION CRITERIA: The selection criteria for the basic IDIQ contracts are listed below in descending order of importance. Subfactors of criteria a (1-8) and b (1-3 ) are listed in descending order of importance and subfactors of criteria c and d are of equal importance. Criteria a through d are primary. Criterion e is secondary and will only be used as a tie-breaker among technically equal firms. a. Speciali zed Experience and Technical Competence: The contractor shall provide examples of projects completed within the past four years that demonstrate relevant experience in each of the following subfactors (1-8). (1) Design of projects requiring extensive gra ding and earthwork, with a preference on military live fire training range facilities. (2) Fiber optic networking and installation processes, as well as ANSI/TIA/EIA structured cabling standards. (3) Low-voltage, underground power distribution. (4) Capabi lity of executing 3D Topographical Modeling and Line of Sight Analysis. (5) Mechanical design of buildings with electrical and communication rooms. (6) Use of Computer-Aided Design (CAD). (7) Sustainable design based on the US Green Building Council s Leadership in Energy and Environmental Design (LEED). (8) Development of complete Design Build Request for Proposals (RFPs). b. Professional Qualifications: (1) Qualified professional personnel in the following key disciplines: project managem ent (architect or engineer), registered land surveyor, civil engineering, electrical engineering, mechanical engineering, environmental engineering, cost engineering, architecture, and structural engineering. The lead architect or engineer in each discipl ine must be registered or certified to practice in the appropriate professional field. The evaluation of personnel will consider education, certifications, training, registration, overall and relevant experience, and specialized experience as required abo ve. (2) Qualified personnel to provide functional range training support, the personnel shall be US Army trained and have the following qualifications: experi ence in the execution and training analysis of training ranges and facilities; familiarity with digitized automation and modernization efforts of the US Army; familiarity with current US Army training ranges, training manuals, major weapon systems, and a w orking knowledge of the agencies involved with the Armys range modernization program. (3) Registered Land Surveyor. c. Past Performance: Past performance of the prime firm and any significant subcontractors on DoD contracts for projects releva nt in size, scope and similarity to the services being procured under this synopsis with respect to quality of work, and compliance with performance schedules, as determined from ACASS and other sources. The firm shall also demonstrate the ability to comp ly with the proposed design cost and a history of designing projects to pre-defined construction cost limitations. d. Capacity: Firms competing shall demonstrate capacity or an effective organization structure, project team and quality management plan to accomplish four individual task orders simultaneously in a one year period of time. For proposal preparation, assume the four individual task orders are for the following type of range projects: (1) Infantry Platoon Battle Course. (2) Urban Ass ault Course. (3) Modified Record Fire Range. (4) Live Fire Exercise Breach Facility. The task orders have a projected MCA construction value of up to but not limited to $9,000,000.00 each. The evaluation will consider the management approach, coordinat ion of disciplines and subcontractors, quality control procedures to complete the aforementioned range projects. e. Volume of DoD Contract Awards: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitab le distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Offerors must be registered in the Central Contractor Registration (CCR) to be eligible for award. Firms may register via the CCR inter net site at http://www.ccr.gov. Interested firms having the capabilities to perform the work described above must submit one (1) original, six (6) copies, plus one CD of SF 330 Part I and SF 330 Part II for the prime firm and all consultants to the Contra ct Specialist, Vicki Vandermier at US Army Corps of Engineers, Huntsville, P.O. Box 1600, Huntsville, AL 35807-4301 not later than 07 January 2008 at 4:00PM Central Standard Time. The SF 330 Part I shall not exceed 50 pages (8.5 x 11), including no more than five (5) pages for Section H. Each side of a sheet of paper is considered one page. Use no smaller than 12 font type. Include the firms DUNS number in the SF 330, Part I, Section H. In Section H, describe the firms overall Design Quality Managem ent Plan (DQMP). In Section H, also indicate the estimated percentage of involvement of each firm on the proposed team. Part I and Part II may be included in the same binder. Facsimile transmissions will not be accepted. Solicitation packages are not pro vided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Vendors who intend to download the public announcement and submit a SF330 are requested to contact the Contract Special ist, Vicki Vandermier, via email at vicki.vandermier@usace.army.mil for informational and planning purposes. Awards are anticipated to be made within FY08 3rd Quarter. 5. POINT OF CONTACT: Vicki Vandermier, Contract Specialist 256-895-1385; an d Tonju L. Butler, Contracting Officer 256-895-1166 Email your questions to US Army Corps of Engineers, Huntsville at vicki.vandermier@usace.army.mil and Tonju.L.Butler@usace.army.mil ANSWERS TO PREVIOUSLY SUBMITTED QUESTIONS MAY BE FOUND AT: htt p://www.fbo.gov/spg/USA/COE/DACA87/W912DY08R0001/Attachments.html Place of Performance Address: Contractor facilities/project sites throughout the US, AK, HI, DC, & US territories (See Description) Postal Code: 35807-4301 Country: US
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01474223-W 20071222/071220230022 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.