Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

C -- Multi-Disciplinary Contract for Master Planning, GIS, Design & Other Engineering Support for all Projects assigned to Savannah District

Notice Date
6/17/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-08-R-0035
 
Response Due
6/17/2009 4:30:00 PM
 
Point of Contact
Daisy L Johnson, Phone: 912/652-5901
 
E-Mail Address
daisy.l.johnson@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Technical Point of Contact is Charlie McGee 912/652-5621, Charles N. McGee@usace.army.mil; Contractual Questions; Daisy L. Johnson 912/652-5901, daisy.l.johnson@usace.army.mil; Questions concerning SF 330 information to Leslie A. Zuniga at 912/652-5547, leslie.a.zuniga@usace.army.mil; Questions concerning subcontracting plans: Leila Hollis at 912/652-5340, leila.hollis@usace.army.mil. 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect -Engineer firms for a minimum of one and maximum of three Multidiscipline Indefinite Delivery Indefinite Quantity contracts. This contract is being procured in accordance with the Brooks A-E Act is implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The contract will be an Indefinite Delivery Indefinite Quantity Contract. The contract will be for one basic ordering period and four option periods with a total contract limit of $12,000,000. Work will be issued by negotiated firm-fixed price task orders. Geographical area of coverage will be U.S. Army Corps of Engineers Offices, U.S. Army Installations, U.S. Air Force Bases, U.S. Naval and Marine Bases or other federal government owned facilities, installations or real estate under their control within the South Atlantic Division area of Georgia, South Carolina, North Carolina, Florida, Alabama, Mississippi, Tennessee, Puerto Rico and Central South America and other projects assigned to the Savannah District. Contract is anticipated to be awarded in September 2008. This announcement is opened to all firms regardless of size. Small business firms are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do contracting must convey their intent to meet the minimum small business goals on the SF 330, Section C. by identifying subcontracting opportunities with small businesses. 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 219.704/705 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 (SB), 6.2% to small disadvantaged business (SDB) ( a composite of small business); 7.0% to women-owned business (WOSB) (a composite of small business); 9.8% to HUBZone small business ( a composite of small business; 3.0% Veteran-Owned Small Business( a composite of small business and veteran-owned businesses); Service-Disabled Veteran Owned Small Business (a composite of small business and veteran-owned businesses). Written justification must be provided if the minimum small business goals cannot be met. The subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. For additional information contact Leila Hollis at 912/652-5340. 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://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Work may consist of update/preparation of all or parts of installation master plans; creation, update, development, or operation of GIS and enterprise GIS or other engineer automated systems; aerial photography; project planning; environmental planning or assessments; surveying; or other related engineering work and engineering related studies. Typical projects may include but will not be limited to preparation of long range or short-range components, capital investment strategies, master plans, comprehensive plans, planning charrettes and project programming documents, engineering studies and/or analyses, projects associated with design standards for installations and geographic information systems. 3. SELECTION CRITERIA: Factors listed below will be rated based on a relative weighting as follows: Significantly 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, Specialized Experience and Technical Competence, Past Performance and Key Personnel are weighted equally and each factor is significantly more important than Work Management/Capacity, Small Business Participation and Volume of Contracts. Work Management/Capacity, Small Business and Volume of Contracts are weighted equally. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory 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 firms determined to be most highly qualified. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING 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 work 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- Specialized experience and technical competence in (1) all components of Army, Air Force, or Navy master planning projects, stationing or re-stationing studies, or similar efforts including various visual or graphic methods of presenting them (2) project scoping, pricing, and all other pre-design information required to complete DD 1391s in accordance with Army, Air Force, or Navy prescribed methods. (3) Use of Computer Aided Design (CAD), and Geographical Information Systems (GIS) and enterprise GIS technology and the integration of these technologies with other facilities engineer automated systems and databases. (4) Electrical flash consulting, database administration, and the development of custom applications for ESRI, ArcIMS, ArcGIS and Bentley, Microstation, and Geographics using.net or Visual Basic. (5) NEPA documents for master plans and programmed projects and the scientific studies associated with these efforts. (6) Experience in conducting planning charrettes and developing construction programming documents (DD Forms 1391) (7) aerial photography, establishment of horizontal and vertical ground control required for accuracy and production of photogrammetric products. (8) Engineering studies on various infrastructure systems. (9) Installation Design Guides, Architectural Compatibility Guidelines, and other similar documents. (10) Placing employees of the firm on-site to train government personnel in or to complete projects related to master planning, 1391 programming, or GIS. (11) preparation of Real Property Master Plans and Real Property Master Plan Digest in accordance with the current Master Planning Technical Manual. FACTOR 2- PAST PERFORMANCE - The Selection Board will evaluate the firm's past performance on DOD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance 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. FACTOR 3- KEY PERSONNEL- Resumes for qualified personnel should be presented in Section E for the following personnel. Project Manager, Urban/Regional Planner (2), Architect, Landscape Architect, Civil Engineer, Mechanical Engineer, Electrical Engineer, Environmental Engineer, Traffic/Transportation Engineer, Cost Engineer, Environmentalist, Historic Architect, Interior Designer, GIS Analyst/Specialist, and Survey Party Chief. One resume only shall be provided for each of the above key personnel. Other personnel should be shown on the organization chart by discipline in the total number available for utilization on task orders assigned under this contract. The organization chart should show lines of responsibility and communication between project team leaders and team members. FACTOR 4- WORK MANAGEMENT/CAPACITY- A proposed management plan shall be presented which shall include an organization chart to include only the personnel who will be assigned to the team for this contract. The offeror shall briefly address management approach, team organization, quality control procedures, cost control, coordination of in house disciplines and consultants and prior 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 by the primary office shall be addressed within this work management plan. Address the firm's capacity to perform approximately $1,000,000 in work of the required type in a one-year period. FACTOR 5- SMALL BUSINESS PARTICIPATION. Degree of Participation of all types of small business as prime contractor, subcontractor or point venture partner. LL OFFERORS (except small 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 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 types of businesses. (b) The extent to which small disadvantage 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 offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantage businesses. FACTOR 6- VOLUME OF DOD CONTRACT AWARDS- Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS- INTERESTED FIRMS HAVING CAPABILITIES TO PERFORM THIS WORK MUST UPLOAD PARTS I AND II OF THE SF 330 AT https://sasweb.sasusace.army.mil/aeselection/ by 4:30 p.m. local time July 18,2008. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submission received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must no exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (doc) or Adobe Acrobat (pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for 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.11 if the prime has worked with the team members in the past five years. In Section G 26 include each of the firms’ key personnel associated 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 MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER AND CAGE CODE FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B5 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 PRUPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=904130ed0fe247ebc9bd6655dbf6cd24&tab=core&_cview=1)
 
Record
SN01595417-W 20080619/080617222651-904130ed0fe247ebc9bd6655dbf6cd24 (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.