Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contract for Design Services for Civil Works and Military Projects for the Corps South Pacific Division (SPD)

Notice Date
4/15/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, California, 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-08-R-0019
 
Point of Contact
Carolyn E Mallory, Phone: 916-557-5203, Harold Nmi Williamson, Phone: (916) 557-5196
 
E-Mail Address
Carolyn.E.Mallory@usace.army.mil, Harold.Williamson@usace.army.mil
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. See government-wide numbered note(s) 24. A-E services are required to provide the full spectrum of design disciplines on all or portions of complete Civil and Military works projects. Projects will primarily be located within the South Pacific Division’s military boundaries of CA, NV, UT and AZ and the civil works boundaries of CA, NV, AZ, UT, and portions of OR, ID, CO and WY. The contracts may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility. Use of the contracts outside the above areas of responsibility is subject to the review and approval of the contracting officer. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work and services will be issued with each task order. This procurement will be conducted under FSC Code: C219; SIC Code: 8712; and North American Industrial Classification System Code (NAICS): 541310. The size standard for this code is $4,500,000. To be considered a Small Business under this NAICS Code, the respondent’s average revenue for the last three fiscal years cannot be more than $4,500,000. This announcement is unrestricted and open to all firms regardless of size. The contract will be negotiated and awarded within one year after the required response date to this announcement. A Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract will be negotiated and is anticipated to be awarded in August 2008. The contract will be for a maximum of a one-year base period from the date of award and will contain options to extend 4 additional one-year periods. The contract amount for the base period and any option will not exceed $1,960,000 for each period. The total contract amount shall not exceed $9,800,000. Individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rates will take effect on the anniversary date of the contract period. If the Total Estimated Price of the base year or any option year is not awarded within that year’s 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. At the discretion of the Government, if an option year is exercised early and unused capacity is rolled over, the Government may extend the period of service to coincide with the anniversary date of that period. The minimum guarantee for the base year of the contract will be $392,000. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of this contract, with small and small disadvantaged business. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be a least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). If a large business is selected for this contract, it will be required to submit a detailed Small Business Subcontracting Plan with the fee proposal when it is submitted by the firm selected for negotiations. A detailed plan is not required to be submitted with the SF 330, however, the plans to do so should be specified in block H of the SF 330. Sacramento District’s recommended goal for work intended to be subcontracted is 70.0% for small business. The goal further states that of the 70.0% to be subcontracted to small business, 6.2% is for Small Disadvantaged Business (subset to small business), 7.0% is for Small Business/Woman Owned (subset to small business), 9.8% is for HUBZone Small Business (subset to small business). 3.0% is for Veteran-Owned Small Business (subset to small business) and 0.9% is for Service-Disabled Veteran-Owned Small business (subset to small business). If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://www.bpn.gov /CCRINQ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete electronic annual representations and certifications at http://orca.bpn.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation) of the Federal Acquisition Regulation (FAR), A-E contractor’s performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000,000, the USACE will evaluate contractor’s performance and prepare a performance report using the Architect-Engineer Contract Administration Support System (ACASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using ACASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110 - $125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site at http://www.cpars.navy.mil/. If the Contractor wishes to participate in the performance evaluation process, access to CCASS and PKI certification is the sole responsibility of the Contractor. The Secretary of the Army’s Contractor Manpower Reporting (CMR) requirement will be incorporated into this contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. 2. PROJECT INFORMATION: Task orders to be issued under this contract may range in scope from a small study to a new project design for Civil Works or Military Projects, including HTRW projects. The design services could range from an architectural renovation (some of historical significance), maintenance and repair of a variety of small projects, or may also include design of complete additions, alterations, or new facility designs for Military projects such as barracks, warehouses, storage facilities, administrative facilities, training facilities, maintenance facilities, aircraft hangars, computer facilities, aircraft runways, taxiways, aprons, treatment plants, and the entire spectrum of infrastructure (road and utility) systems. Demolition of existing facilities may be required which will necessitate asbestos and or lead based paint investigation with provisions for removal included in the design documents. Civil Works project studies and designs could involve levees, floodwalls, dams, spillways, pumping stations, various mechanical gate structures, stilling basins, hydraulic flow control structures, bridges, operation and maintenance manuals, dam safety risk anlalyses, and flood damage reduction project/system risk based analyses. Civil Works studies may include, but not be limited to, the evaluation of flood damage and risk, preparation of engineering analysis, acquisition of geotechnical (explorations), topographic and hydrographic data, material testing results, hydraulic physical modeling results, constructability reviews and environmental restoration to include wetlands development. Input may be required by the full range of disciplines including but not limited to: civil, structural, hydraulic, geotechnical, mechanical and electrical engineering, architectural, hydrology, geology, construction and cost engineering. Individual task orders may include maintenance and repair type projects and miscellaneous architectural and engineering services associated with military installations as well as similar type work for civil works projects. Construction phase services may also be required. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD). Work may be performed in an AutoCAD, Microstation, or equal, environment. GIS work may be field, desktop or Internet based. Firms may be required to develop Hyper-Text Mark-up Language (HTML) as the project medium. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in accordance with https://tsc.wes.army.mil/products/standards/aeguide/index.asp, per AE Deliverable Guidelines at https://tsc.wes.army.mil/products/standards/aeguide/aecadd.asp. The target platform is a Pentium 3.0 GHz, 512 MB Ram and 40 GH Hard Drive with Windows XP Professional operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in PDF. The specifications will be produced in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or three-dimensional drawings in the AutoCAD software released 2004, or in MicroStation V8.5. The Government will only accept final documents found to be fully operational without conversion or reformatting. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (M-CACES Second Generation MII) (software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contractor. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria A through D are primary. Criteria E through G are secondary and will only be used as tiebreakers among technically equal firms. A. Specialized Experience and technical competence in: (1) The preparation of studies or designs for a variety of Military and Civil Works projects as described in paragraph 2 above. (2) Familiarity with the preparation of Request for Proposal documents for Design/Build projects. (3) The design of a variety of alteration and repair projects with historical significance. (4) Use of automated design systems described above in Paragraph 2 (M-CACES, CADD, SPECSINTACT, and DrChecks). B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedule. C. Qualified professional personnel in the following key disciplines: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Geotechnical, Geology, Seismology, Hydraulic, Hydrology, Fire Protection, Interior Design, Landscape, Cost Engineering, Wetland Specialist, Topographic Survey, Geographic Information Specialist, CADD Operator, Environmental Specialist, and Certified Industrial Hygienist (CIH). The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. D. Capacity to accomplish the work within the required timeframe including professional qualifications of firm’s staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time; and capacity to accomplish multiple task orders in multiple locations simultaneously. E. Volume of DoD contract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of the South Pacific Division offices and within the South Pacific Division geographical boundaries for Military and Civil Design. G. Extent of participation of small business, small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE completed SF 330 (6/2004) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Administration Section. The SF 330 shall not exceed 150 pages, not counting any dividing page used to identify each SF 330 Section. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task-specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Facsimile transmissions and e-mails will not be accepted. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. This is not a request for proposal. All responsible sources may submit the required SF 330, which shall be considered by the agency. POINT OF CONTACT: Mr. Stanley Ho (916) 557-6677.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2591dd75e0f486269b4ff0618864270d&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Sacramento, 1325 J Street, Sacramento, California, 95814-2922, United States
Zip Code: 95814-2922
 
Record
SN01554545-W 20080417/080415220820-2591dd75e0f486269b4ff0618864270d (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.