Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

C -- Multidiscipline Design or other Professional Services required to support Military Construction Projects within the Southwest Region (Primarily Ft Bliss, TX). The Southwest Region refers to AR, AZ, CA, LA, NM, NV, OK, TX.

Notice Date
5/20/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-R-0168
 
Response Due
6/20/2008
 
Point of Contact
Robin Revard, 817-886-1044
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: a. General: This contract is for Multidiscipline Design or other Professional Services required to support Military Construction Projects within the Southwest Region (primarily for the Fort Worth District), in accordance with PL-582 (Brooks AE Act) and implemented in FAR Part 36.6. The Southwest Region refers to the geographic area encompassing the States of AR, AZ, CA, LA, NM, NV, OK, TX. A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open to all businesses regardless of size. The initial contract is anticipated to be awarded on or about October 2008. A single IDC contract may be awarded from this announcement, for a total cumulative estimated amount of $95,000,000 for a term of five years. In the event this contract is used to develop design build supporting documents for use in a design build acquisition (FAR 36.302), the prime AE and sub consultants shall be prohibited from teaming with design build firms to compete in the final design build construction solicitation in accordance with Far 9.505-2. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The AE shall furnish all services, materials, supplies and supervision required to fully complete each task order. c. Program Intent: The execution of the work under the Military Construction will be accomplished using a Land Development model for the infrastructure and a Center for Standardization (COS) design for the primary facilities. To accomplish the site and infrastructure work, the service of a firm experienced in site design and Land Development Engineering (LDE) is desired. The use of the terms AE firm and LDE will be synonymous throughout this announcement. The LDE will become integrated in the governments Military Construction Program Delivery Team. Task Orders issued under this contract will encompass all aspects of site development, site design and the site integration of all infrastructure, utilities and facilities. The LDE will also provide manpower to assist the Government with project management and construction management services. Site, infrastructure, and the primary facility construction work will typically be accomplished by separate contracts. The LDE must be able to provide design support and consultant services in various combinations of architectural, structural, civil, mechanical and electrical disciplines. Construction management services are required for the renovation, repair, and maintenance of residential, commercial, and industrial facilities and utility infrastructure. Construction management services include, but are not limited to, surveillance and inspection during the progress of construction, review material submittals, as-built drawings, manuals, operating instructions, and other such materials required by the construction contract; constructability reviews of design drawings and specifications. Additional Program Information: Corps of Engineers Centers of Standardization (COS) will be used for the construction of barracks, dinning facilities, company operation facilities, headquarters buildings, vehicle maintenance shops, unit and ammunition storage facilities, aviation facilities, and equipment parking areas and other features of the program. Under the COS process, Districts within the Corps of Engineers are assigned certain types of facilities and are responsible for awarding Design Build IDC contracts for their assigned type of facility. When there is a requirement for the particular Districts facility, the LDE team will scope, negotiate, and support award of a construction task order to acquire the required facilities. The COS will assist with the administration of the task order to include design reviews, submittals, modifications, and maintain responsibility for keeping up with the current standards and criteria for their facility types(s). The LDE will integrate and coordinate all infrastructure and site development facilities for each site. d. Place of Performance: The AE staff directly supporting the USACE Program Manager, the Project Managers, and the associated construction office team through project integration and construction management services shall be located where the work is being accomplished. In some cases, the on-site LDE staff will be housed in government furnished office space. The physical location of the design team and those team members not directly supporting the onsite work can be located per the AEs preference. e. Contract Award Procedure: If a large business firm is selected for this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 70.0% of a contractors intended subcontract amount be placed with small businesses (SB); (2) at least 6.2% of a contractors intended subcontract amount be placed with Small Disadvantaged Businesses (SDB); (3) at least 7.0% of a contractors intended subcontract amount be placed with Women-Owned SB (WOSB); (4) at least.9% of a contractors intended subcontract amount be placed with Service-Disabled Veteran-Owned SB; (5) at least 9.8% of a contractors intended subcontract amount be placed with HUBZone SB, and at least 3.0% of a contractors intended subcontract amount be placed with Veteran-Owned SB. The plan is not required as part of this submittal, but will be required with the fee proposal of the firm selected for negotiations. Before a small disadvantaged business is proposed as a potential subcontractor, they must be certified by the Small Business Administration and registered in the Central Contractor Registration (CCR) database. Failure of a proposed small disadvantaged business to be certified by the Small Business Administration at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. The Service Contract Act will apply to this acquisition. Professional Labor Rates will only be increased once every 12 months. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the Option of Southwestern Division, Corps of Engineers. Task Orders issued against the contract awarded under this announcement may be used by other Corps of Engineers offices. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: As projects are received for execution, task orders will be awarded under this contract for the desired AE services. Anticipated projects are primarily site design, site development, site or project integration, and project management for the Military Construction Program executed within Southwest Region Boundaries (primarily for the Fort Worth District). It is anticipated that a large portion of this work will be for projects at Fort Bliss, TX. Site or project integration refers to the coordination, phasing and scheduling of all temporary and permanent features and facilities on site. All work must be done by or under the direct supervision of licensed Professional Engineers or Architects. Architectural Engineering (AE) services are required to perform studies, investigations, surveys, master planning, project controls, site development, site design, site integration, construction management and development of construction documents in support of the Military Construction Program. Typical work may include, but is not limited to: a) the preparation of plans, specifications, and cost estimates; b) development of cost estimating, cost management, quality control and quality assurance plans; c) construction management, oversight and inspection; d) overall Project Management; e) completion of technical, economic, planning, and environmental studies and reports; f) development of planning and programming documentation; g) Environmental studies, surveys and abatement design services; h) sustainable design solutions to meet a minimum LEED Silver rating. Projects may comprise site improvements and demolition and alterations of existing facilities, roadways and streets, paving, pedestrian circulation and tank trails, military airfield pavements, and base utility infrastructures (water, sewer, underground power, gas, sanitary sewer, offsite water supply, water distribution lines, electrical substations, exterior lighting with distribution, communication and information systems, and aircraft fuel distribution and storage systems). Coordination of vertical building construction projects associated with military installations includes but is not limited to barracks. Brigade and Battalion headquarters, dining facilities, company operations facilities, vehicle maintenance shops, access control points, deployment operations storage, aviation maintenance facilities, arms rooms, oil storage buildings, hazardous material storage, dispatch facilities, wash platforms, covered storage sheds, airfield aprons and runways, aviation unit operations buildings, aircraft maintenance hangar, above ground fuel storage, avionics maintenance facilities and other buildings as required. Coordination with community facilities may include but is not limited to medical facilities, fire stations, and facilities for the Army and Air Force Exchange Service (AAFES) and the Army Morale Welfare and Recreational (MWR) Activity. Design, coordination and master planning may include landscaping, architectural impacts, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans and Section 404 Permit considerations. The AE shall coordinate NEPA requirements, and other environmental studies, investigations, surveys including wetlands, waters of the U.S., topographic and or boundary surveys. Design efforts include streets and roadways, airfield aprons, paving, tank trails, grading and drainage, lighting, parking lots, utilities and pedestrian circulation trails. Services will include work related to the master plan, area development plans, phasing plans, infrastructure engineering, creation and maintenance of the Geographic Information System (GIS) database, completion of topographic and or boundary surveys, completion of subsurface geotechnical investigations, testing; creation and maintenance of a secured webpage, a 4D integration model with timeline, as built surveys of existing and new improvements, storm drainage improvements and retention pond design, erosion control and storm water improvements, lot and or block horizontal control plans with phasing, mobilization plans, and laydown areas, composite improvement plans, and outlook and economic analysis of local and regional construction market conditions as related to cost and availability of labor, materials and equipment. Design solutions shall meet sustainable LEED rating, construction specifications, technical analysis of the submittals on proposals. Coordination will be maintained with local, state, and Federal agencies and with the utility providers, including utility tie in points, easements and rights of way. Coordination will also be maintained with the installation, the Corps of Engineers, utility providers, community facilities, the Construction Program Office, Project Manager Forward, facility design-build contractors, and other design-bid-build contractors on site. The AE, as the Land Development Engineer (LDE), may be required to provide professional services at the construction program office in support of the Corps of Engineers staff. The AE shall participate in design and construction activities which may include value engineering services, contractor submittal reviews, quality assurance, numerous meetings, workshops, and charrettes. The AE may compose and lead Command, project and public briefings, presentations, and meetings. Project deliverables may include engineering studies and reports, topographic surveys, environmental surveys and investigations, soil borings, samples for testing, boring logs, CADD produced plans, specifications prepared utilizing Specsintact (government furnished software), construction cost estimates prepared utilizing MCACES or MII (government furnished software), design analysis reports, presentations, schedules prepared utilizing the Construction Contractor module of RMS (QCS) format compatible with the scheduling required in the COS RFPs, phasing plan and 4D integration models, a maintained GIS database, and a functional webpage. All deliverables are required in hard copy and electronic files on electronic media. 3. SELECTION CRITERIA: The firms rated most highly qualified will attend an in-person interview at the USACE Fort Worth District office. The interview will take place approximately seven (7) days after the Selection Board completes their evaluation. The primary presenter must be the proposed Program Manager although a maximum of three other members of their team may assist. At this interview, the firms will be required to present information on: 1) The composition of their project team (i.e., present information on the qualifications of all firms on the team) and the respective roles and responsibilities of firms comprising the project team; 2) How the team will be integrated and managed by the prime contractor; 3) The overall approach to the execution of the work envisioned under the contract; 4) The qualifications of the key personnel identified in the submission; 5) The roles and responsibilities of each of the key personnel; 6) related project experience; and 7) Familiarity with the requirements of local, state and Federal governing agencies in the geographic area. Additional questions or items for discussion may be requested a minimum of a week prior to the presentation. Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a) to (f) are primary criteria; items (g) to (h) are secondary and are used as tie-breakers among technically equal firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330: (1) Firms must demonstrate recent experience (within the past 5 years) and significant experience in the design of large Land Development Engineering and Infrastructure Design projects including multi-use facilities and multiple concurrent construction contracts paying particular attention to area architecture and conditions, utility systems, design, service/command unique requirements, value engineering and environmental issues. (2) Firms must demonstrate specialized experience in Construction Management including complex scheduling, phasing, construction oversight and coordination. (3) Firms must demonstrate experience in information and communication management and the utilization of current software for data collection, data management, data analysis, data presentation and decision making (i.e. GIS, webpage, electronic databases, project management software, change control systems, filing systems, and systems that allow access to technical documentation). (4) Firms must demonstrate experience in project controls and scheduling of a complex, multiphase program. (5) Firms must demonstrate site design, and construction integration experience on multi-use land development. (6) Firms must demonstrate corporate and individual experience in Sustainable Design and sample projects that have been LEED certified. Firms must also demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (7) Firms must demonstrate experience in coordinating with multiple teams, customers, agencies, and contractors. (8) Firms must demonstrate experience in programming and master planning including urban and regional planning and New Urbanism. (9) Firms must demonstrate the ability to prepare specifications using the Government furnished program, Specsintact, and Construction cost estimates by using Government furnished programs, MCACES or MII. Design Team members must demonstrate prior experience in the use of MCACES. (10) Firms must demonstrate the ability to submit drawings in AutoCAD and MicroStation utilizing current versions. (11) Firms must demonstrate experience in 4D visualization capabilities for use in presentations and as master planning and design tools. (b) PROFESSIONAL CAPABILITIES: The Design Team will require, (either in house or through consultant) as a minimum, the following: One Program Manager, two Project Managers, one Project Controls Manager, one Scheduling Manager, four Construction Representatives, one Safety Officer, one Physical Planner, one Registered Architect, two Registered Landscape Architects, two Registered Electrical Engineers, one Registered Mechanical Engineer, three Registered Civil Engineers, one Registered Structural Engineer, two LEED certified professionals familiar with compliance of sustainability requirements during design and construction, two certified environmental survey personnel (asbestos, lead based paint, soil, etc.), two environmental design personnel (asbestos, lead based paint, soil, etc.), one Value Engineer, two experienced MCACES or MII Cost Estimators, one Registered Communications Distribution Designer, one Registered Surveyor and survey crew, a GIS Specialist, a CADD expert, a geologist or soils engineer and geotechnical drill rig and crew to collect soil borings and samples, and a Corps certified testing lab (Geotech and Environmental-asbestos, lead based paint, soil, etc.). None of the required personnel can be dual disciplined, i.e. a separate employee must be on the Design Team for each stated requirement above to meet the personnel required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically listed. Resumes for the survey crew and drill crew are not required. Current Corps testing lab certification shall be submitted with the SF 330. Repeat Resume Page as needed to provide all required resumes. Key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall, prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the submitted personnel must be equal to or better than those whose resumes were submitted. (c) PAST PERFORMANCE: Firms must demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. (d) CAPACITY: Firms must demonstrate adequate team capacity to coordinate, design and manage multiple task orders concurrently meeting all program milestones. (e) Firms must demonstrate experience in evaluating contractors submittals and performing construction surveillance. (f) KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity with the Southwestern Region and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. The following, items (g) through (h), are secondary criteria: (g) SUBCONTRACTING: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, and HubZone SB in the proposed contract team, measured as a percentage of the estimated effort. (h) VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms must show their last 12 months DOD contract awards stated in dollars (see details in a subsequent paragraph). Modification to this Synopsis to follow.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=16402e201be2e2a0683171ce6e9e1ca1&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN01577350-W 20080522/080520222555-16402e201be2e2a0683171ce6e9e1ca1 (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.