Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

C -- TO PREPARE A REQUEST FOR PROPOSAL (RFP) FOR CONSTRUCTION OF TRAINING AREA ROADS AT FORT BENNING, GEORGIA

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN08R0021
 
Response Due
3/13/2008
 
Archive Date
5/12/2008
 
Point of Contact
Sabrina Bastine, 912-652-5943
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(sabrina.bastine@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical Point of Contact is Tim Morris at 912-652-5474 or email: timothy.c.morris@usace.army.mil; Contractual questions: Sabrina Bastine, Contract Specialist at 912-652-5943 or email: sabrina.bastine@usace.army.mil; Adrian Goolsby, Contracting Offi cer at 912-652-5898 or email: adrian.e.goolsby@usace.army.mil; Questions concerning subcontracting plan: Leila Hollis at (912) 652-5340 or email: leila.hollis@usace.army.mil; Questions concerning SF 330; Hunter Lupton at 912-652-5574 or email: hunter.d.lu pton@usace.army.mil. **** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of an Architect-Engineer (A-E) firm for a firm-fixed price contract. This contract is being procured in accordance with the B rooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. The applicable North American Industry C lassification System (NAICS) Code is 541310. The contract awarded as a result of this announcement will be administered by the Savannah District to prepare a Request For Proposal (RFP) for Construction of Training Area Roads at Fort Benning, Georgia. Sma ll businesses are encouraged to team with other businesses. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities w ith small business. Award of the contract is anticipated in April 2008. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 70.0% to small business; 6.2% to small disadvantaged business (a composite of small business); 7.0% to women-owned business (a composite of small business); 9.8% to HUBZone small business (a composite of small business); 3.0% to veteran-owned small business (a composite of small business); and 0.9% to service-disabled veteran-owned small business ( a composite of small business). Written justification must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with t his submittal, but will be required with the fee proposal of the firm selected for negotiations. 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://w ww.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. **** 2. PROJECT INFORMATION: Work includes planning, programming, and preparing one RFP for solicitation for the Construction of Training Area Roads at Fort Benn ing, Georgia. The RFP will be a fully designed project. The project consists of concrete surfaced and asphalt surfaced roads, a boundary perimeter road, and graveled tank trails. These new roadways will require the construction of culvert water crossing s, low water crossings, and bridges. Total dollars anticipated to be made available for the construction contract associated with this project is $50 Million. Cost estimates must be prepared using the latest version of the MCACES software. All design mu st comply with the Savannah District Design Manual and the Fort Benning Installation Design Guide. All drawing files which may be developed using BIM technology must be delivered in the (*.dgn) format. All drawing files will be developed using the Tri Se rvice AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Facilities Guide Specifications (UFGS). Responses to Government review comments will be provided on the Corps of Engineers Design Review and Checking System (DrChecks). **** 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to u nsatisfactory based on the risk to the Government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 - Specialized Experience and Technical Competence and Factor 2 - Key Personnel are w eighted equally and each factor individually is more important than Factor 3 - Work Management and Factor 4 - Past Performance and significantly more important than Factor 5 - Small Business Participation, Factor 6 - Volume of DoD Contract Awards, and Fact or 7 - Knowledge of Locality. Work Management and Past Performance are weighted equally and each factor individually is more important than Small Business Participation, Volume of DoD Contract Awards and Knowledge of Locality. Small Business Participatio n and Volume of DoD Contract Awards and Knowledge of Locality are weighted equally and will only be used as *tie-breakers* among firms that are essentially technically equal. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PE RFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the w ork management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. **** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Speci alized experience and technical competence in (in descending order of importance within this category): a. Design for similar Army range infrastructure projects consisting of paved roads, gravel tank trails, water crossings, and bridges; b. Experience wi th erosion control measures for large road projects; c. Experience in designing projects that encounter wetlands and Georgia State Waters and familiarity in the processes involved in obtaining permits for those situations; d. Use of automated design system s described above (MCACES, CADD, SpecsIntact, BIM and DrChecks). **Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the wo rking parties on similar projects, and most recent firm and employee history of experience on similar projects. The evaluation of this factor will be based on the specialized experience and technical competence from the previous five years. **** FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provid ed for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis in the following key disciplines that are required to be licensed, registered, and/or certified: Structural engineer (1), civil engineer (3), land surveyor (1), geotechnical engineer (1). One resume each shall be provided for other key personnel as follows: project manager, and cost estimator. Registration/cer tification for all is encouraged. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. **** FACTOR 3 - WORK MANAGEMENT. A proposed management plan shall be pr esented in Section H of SF 330. The plan will be judged on experience producing quality designs with an emphasis on range infrastructure roads and water crossings, and based on an evaluation of the firms design quality management plan. The design qualit y management plan should include an organization chart in Section D of SF 330 and briefly address the management approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and p rior relationships of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. **** FACTOR 4 - PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable p erformance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be base d on the past performance information from the previous five years. **** FACTOR 5 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except smal l businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: a. Goals for subcontracting ac ting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these ty pes of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror's team. c. The off eror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. **** FACTOR 6 - VOLUME OF DoD CONTRACT AWARDS. Volume of DoD contract awards in the last 12 months. **** FACTOR 7 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area of Fort Benning, Georgia. **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 4:00 p.m., local time on March 13, 2008. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified fo r receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Micr osoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages f or Section H. Font size shall be 10 or larger . Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.1 1 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is assoc iated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at the website above. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS M AY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at (912) 652-5703. **** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Record
SN01508137-W 20080215/080213224809 (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.