Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
SOLICITATION NOTICE

C -- A-E SERVICES IN SUPPORT OF THE ACCESS CONTROL POINT PROGRAM-PHYSICAL AND ELECTRONIC SECURITY

Notice Date
4/3/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
ZIP Code
00000
 
Solicitation Number
W912DY-08-R0018
 
Archive Date
6/6/2008
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: Architectural Engineering services are required in support of the Access Control Point (ACP) Program. The objective of the ACP program is to provide physical and electronic security equipment to improve gate security and personnel safety and to reduce traffic congestion while maintaining vehicular access control according to the Army Standard for ACPs. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is restricted and set-aside for Small Businesses. Approximately three to five indefinite delivery/indefinite quantity (IDIQ) contracts will be negotiated and awarded with a base year and two option years. Task orders issued from resultant IDIQ contracts will be negotiated Firm Fixed Price (FFP) task orders. The total amount of all contracts is estimated to be $12,000,000.00. The contracts are anticipated to be awarded within FY08 4th 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 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 Department of Defense (DoD) Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. NOTE: Offerors are strongly encouraged to read and comply with the provisions of 13 CFR Sections 124 and 125 regarding Joint Venture proposals. Joint Venture proposals shall include copies of the Joint Venture Agreement which clearly details how the Joint Venture will comply with the requirements of 13 CFR Sections 124 and 125 for this particular requirement. 2. PROJECT INFORMATION: A-E services are required for ACP project planning and programming; site investigations; evaluations and studies; surveying and geotechnical investigations; recommending optimum security engineering solutions including physical security systems (e.g., active and passive vehicle barriers) and electronic security systems (ESS); recommending other optimum electrical/mechanical solutions; preparing and reviewing designs and criteria documents; performing engineering analyses; state-of-the-art and other special studies and training; participation in pre-delivery tests; site tests and engineering surveys; traffic studies; cost estimates; request for proposals (RFP); extension of designs; and engineering services during ACP construction. ACP A-E design services will support various Department of Defense (DoD) installations and design projects for other Corps of Engineers District offices. ACP projects are located at various DoD facilities and other federal and state facilities. Places of performance shall include project sites throughout the United States, Alaska, Hawaii and the District of Columbia. The contractor shall be responsible for accomplishing designs and preparing 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 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 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. In accordance with FAR Part 16.505(a)(8)(ii) and DFARS clause 252.236-7009, Option for Supervision and Inspection of 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 the construction phase of the project(s) for design work prepared by its own forces, subsidiaries or affiliates. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. Factor 1 is more important than Factor 2. (Subfactors under Factor 1 are equal in importance). Factor 2 is more important than Factor 3. Factor 3 is more important than Factor 4. Factors 5 and 6 are secondary and will only be used as a tie-breaker among technically equal firms. (1) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (a) Demonstrate recent (within the last three years) experience in physical security system and Electronic Security Systems (ESS) design and installation support services. Design experience includes preparation of drawings, project specifications, cost estimates, and design analyses; (b) Demonstrate recent (within the last three years) experience in conducting ESS site surveys, including preliminary cost estimating and conceptual system design; (c) Demonstrate recent (within the last three years) experience in design and application of effective and reliable telecommunications networks, including analog and digital communications, fiber optics based data transmission systems, local area networks, and wide area networks; (d) Demonstrate the capability to provide designs on a computer-aided design and drafting (CAD) system. All final drawings will be computer-generated, plotted and provided in a format and medium that will permit their loading, storage, and use without modification or additional software on the Huntsville Engineering and Support Center graphics system which consists of Microstation and DVD. State the CAD system to be used. (2) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES: Firms must demonstrate a multi-disciplinary team, including professionals registered in the engineering disciplines of mechanical engineering, electrical engineering, electronic engineering, civil engineering, structural and architectural engineering. The lead engineer in each of these disciplines must be registered to practice in the appropriate professional field and may be a member of either the prime or subcontractor's workforce. The evaluation of professionals in the disciplines of cost estimating, technical editing and writing and engineering associated with the technical fields of electronic security systems, security engineering, communications, fiber optics and other computer related fields will consider education, certifications, training, registration, overall and relevant experience. (3) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Interested firms must demonstrate capacity or an effective organizational structure, project team and quality management plan, to be able to accomplish up to an estimated five task orders simultaneously in a one year period of time. The evaluation will consider management approach, coordination of disciplines and subcontractors and quality control procedures to complete the projects. (4) PAST PERFORMANCE WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH SCHEDULES: SUBFACTORS: Past Performance of the prime firm and any significant subcontractors will be evaluated for projects relevant in size, scope and similarity to the services being procured under this synopsis with respect to: (a) Quality of work. (b) Compliance with performance schedules. (c) Cost control. In evaluating past performance, all relevant sources of past performance information, including references and the ACASS system will be considered. The following criteria are secondary and will only be evaluated between technically equal firms: (5) SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, HISTORICALLY BLACK COLLEGES AND UNIVERSITIES AND MINORITY INSTITUTIONS: Extent of participation of small businesses, small disadvantaged businesses, woman-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. (6) VOLUME OF WORK AWARDED BY DOD DURING THE PREVIOUS 12 MONTHS: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E qualified firms, including Small Businesses and Small Disadvantaged Businesses. Interested firms are requested to complete Block 10 of the SF330, indicating the value of all A-E contract awards including modifications, awarded to the firm by the Department of Defense during the previous 12 months as of the date of this announcement. 4. SUBMISSION REQUIREMENTS: Offerors must be registered in the Central Contractor Registration (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 original, six (6) copies, and 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 U S Army Engineering and Support Center, Huntsville, 4820 University Square, Huntsville, Alabama 35816-1822, not later than the response date indicated above. 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 firm's DUNS number in the SF 330, Part I, Section H. In Section H, describe the firm's overall Design Quality Management Plan (DQMP). In Section H, also indicate the estimated percentage of involvement of each firm on the proposed team. Facsimile or e-mail transmissions will not be accepted. Solicitation packages are not provided 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 Specialist, Vicki Vandermier, via e-mail at vicki.vandermier@usace.army.mil for informational and planning purposes. Email your questions to US Army Corps of Engineers, Huntsville at vicki.vandermier@usace.army.mil. Questions will be accepted until April 17, 2008.
 
Record
SN01546909-W 20080405/080404000155-b55422486641774000ab482a49e16b1b (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.