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 (UNRESTRICTED)

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
W912DY08R0002
 
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
N/A
 
Description
**Modification to restore NAICS in header** 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. Firms will be selected for negotiations based on demonstrated competence and q ualifications for the required work. See Numbered Note 24 for general information on the A-E selection process. Architectural Engineering services are required in support 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 analysis, 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 engineering services during range and training facility construction. Approximately thre e indefinite delivery contracts will be negotiated and awarded with a base year and four option years. Task orders issued from resultant IDIQ contracts will be negotiated Firm Fixed Price task orders or negotiated Cost-Plus- Fixed-Fee (CPFF) task orders. The total amount of the contracts is estimated to be $70,000,000.00. Range projects are defined as Battle Area Complex (BAX), Multipurpose Range Complex (MPRC), Multipurpose Training Range (MPTR), Digital Multipurpose Range Complex (DMPRC), Digital Multi purpose Training Range DMPTR), Combined Arms Collective Training Facility (CACTF), Digital Air Ground Integration Range (DAGIR), Battle Command Training Center (BCTC), Close Combat Tactical Trainers (CCTT) and other training facilities of similar magnitude and complexity. The contracts are anticipated to be awarded within FY08s 3rd Quarter. The most applicable North American Industrial Classification Code (NAICS Code) is 541310 (Architectural Engineering 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 Department of Labor under the Service Contract Act, as det ermined relative to the employees office location (not the location of the work). If a large business is selected for an award, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to su bcontract. The U. S. Army Corps of Engineers considers the following goals reasonable and achievable for the performance of the resultant contract and will be considered in the negotiations for these contracts: (i) at least 51.2% of a contractor's inten ded subcontract amount be placed with small business concerns; (ii) at least 8.8% of a contractor's intended subcontract amount be placed with those small business concerns owned and controlled by socially and economically disadvantaged individuals; (iii) at least 7.3% of a contractor's intended subcontract amount be placed with those small business concerns owned and controlled by Service-Disabled Veterans; (v) at least 3.1% of a contractor's intended subcontract amount be placed with those small business concerns owned and controlled by HUBZones; (vi) Negotiated % subcontracted contract amount with those concerns owned and controlled by Historically Black Colleges and Universities (HBCU); (vii) Negotiated % subcontracted contract amount with those concer ns owned and controlled by Minority Institutions. The plan is not required with this submittal, but will be required with the price proposal of the firms selected for negotiations. To be eligible for contract award, a firm must be registered in the Depar tment of Defense (DoD) Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: Archit ect-Engineer (AE) design services, from initial site investigation through engineering services during construction, to support various Army, Army Reserve, National Guard and Marine Corps installations and design projects for other Corps of Engineers Distr ict offices. Range projects are located at various Department of Defense (DoD) 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 a nd ability to deal with the various unique training requirements involved with 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 ammuniti on. Designs must also interface with the Armys digital battlefield concept, which require that all elements of the battlefield operate and communicate through a seamless digital system. The contractor shall be responsible for accomplishing designs and p reparing drawings using computer-aided design (CAD) and building information modeling (BIM) technologies delivering the three-dimensional drawings in MicroStation software, electronic digital format. Specifications shall be processed and delivered in Spec sIntact software configuration. Final drawings and specifications 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 using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES), Second Generation (MII) version. 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 value of up to $50M and requires integration of highly complex targetry, digital instrumentation, computer control/tracking systems, and data capture/playba ck. 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 construc tion contract. IAW FAR 36.209, the A-E Contractors selected for award will not be allowed award consideration for construction phase of project for design work prepared by its own forces, subsidiaries or affiliates. 3. SELECTION CRITERIA: The sel ection 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. Criteria e and f are secondary and will only be used as a tie-breaker among technically equal firms. a. Specialized Experience and Technical Competence: The contractor shall provide examples of as many projects as deemed necessary completed within the past four years that demonstrate relevant experience for the following subfactors (1-8). (1) Design of projects requiring extensive grading 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) Capability 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 Councils Leadership in Energy and Environmental Design (LEED). (8) Development of complete Desig n Build Request for Proposals (RFPs). The 50 page limit and 12 point font restrictions still apply. b. Professional Qualifications: (1) Qualified professional personnel in the following key disciplines: project management (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 discipline must be registered or certified to practice in the appropriate professional field. The evaluation of personnel will consider education, certifications, training, registration, ove rall and relevant experience, and specialized experience as required above. (2) Qualified personnel to provide functional range training support, the personnel shall be US Army trained and have the following qualifications: experience in the execution an d 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 working 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 relevant in size, scope and s imilarity 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 comply with the proposed de sign 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 f our 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) Battle Area Complex (BAX). (2) Digital Multipurpose Range Complex ( DMPRC). (3) Combined Arms Collective Training Facility (CACTF). (4) Close Combat Tactical Trainers (CCTT). The task orders have a projected MCA construction value of up to but not limited to $50,000,000.00 each. The evaluation will consider the managem ent approach, coordination of disciplines and subcontractors, quality control procedures to complete the aforementioned range projects. e. SB and SDB Participation: Extent of participation of small businesses, small disadvantaged businesses, wom en-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Volume of DoD Contract Awards: Volume of DoD A-E contrac t awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Offerors must be registered in the Central Contractor Registra tion (CCR) to be eligible for award. Firms may register via the CCR internet 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 (1) CD of SF 330 Part I and SF 330 Part II for the prime firm and all consultants to the Contract 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 Tim e. 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 Management Plan (DQMP). In Section H, also indicate the estimated percentage of involve ment 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 provided and no additional project information will be given to firms during the ann ouncement 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 Specialist, Vicki Vandermier, via email at vicki.vandermier@usace.army.mil for informati onal and planning purposes. Awards are anticipated to be made within FY08 3rd Quarter. 5. POINT OF CONTACT: Vicki Vandermier, Contract Specialist 256-895-1385; and Tonju L. Butler, Contracting Officer 256-895-1166 Email your questions to US Army Corps of Engineers, Huntsville at vicki.vandemier@usace.army.mil and Tonju.L.Butler@usace.army.mil ANSWERS TO PREVIOUSLY SUBMITTED QUESTIONS MAY BE FOUND AT: http://www.fbo.gov/spg/USA/COE/DACA87/W912DY08R0002/Attachments.html Place of Perfor mance 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
SN01474226-W 20071222/071220230026 (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.