Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

C -- Architect-Engineer Services

Notice Date
6/24/2008
 
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-0051
 
Point of Contact
Ellen S. Clark, Phone: (912) 652-5164
 
E-Mail Address
ellen.s.clark@usace.army.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
1. CONTRACT INFORMATION: a) This announcement is 100% set-aside for Service-Disabled Veteran-Owned Small Business Firms only. The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of two multidiscipline Indefinite Delivery Contracts (IDC). These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Contracts awarded as a result of this announcement will be administered by Savannah District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts within the South Atlantic Division. Firms will be selected for negotiation based on demonstrated competence for the required work. b) Typically, the contracts will consist of three ordering schedules, each schedule not to exceed one year, for a total of three years maximum. The total amount of each contract over the three-year ordering period may not exceed $4,500,000. c) Task Orders will be primarily for projects with a construction value typically greater than $2 million; however, if required, smaller projects will be executed under this contract. These task orders are firm fixed price. Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: (1) Performance and quality of deliverables under the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, and (3) Equitable distribution of work among identical contracts. The NAICS is 541330; size standard $4.5 million. d) 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 preparation of reports, studies, project planning, design criteria, preparation of drawings and specifications, cost estimates, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. The work primarily consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as some smaller horizontal construction projects (airfields, roads, ranges, etc.). The firm may be required to provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All design CADD files must be delivered in the (*dgn) format. All design must comply with the Savannah District Design Manual and individual Installation Design Guide. 3. SELECTION CRITERIA: 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, Specialized Experience and Technical Competence and Key Personnel are weighted equally and each factor individually is more important than Past Performance, Work Management, and Knowledge of Locality and significantly more important than the other Volume of Work. Past Performance, Work Management, and Knowledge of Locality are weighted equally and each factor individually is more important than Volume of Work. Volume of Work will only be used as a “tie-breaker” among firms that are essentially technically equal. 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 TH E 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. FACTOR 1 – SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): a. Design of new facilities or utility systems of various types, sizes, and complexities; b. Design of projects on Army installations; c. Sustainable design utilizing LEED rating tools; d. Rehabilitation of existing facilities or utility systems, also, of various types, sizes, and complexities; e. Application of Anti-Terrorist/Force Protection criteria; f. Cost engineering using MCACES; g. Construction phase services including shop drawing review and preparation of O&M manuals. 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 working 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 projects completed in the previous five years. FACTOR 2 – KEY PERSONNEL. Resumes for qualified personnel should be presented in Section E for the following key personnel. Key personnel presented in Section E shall be the individuals who will routinely be involved in the actual production of work under this contract. All key personnel shall be shown on the organization chart. Resumes shall be provided for only the number indicated in parentheses. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: Architect (2), structural engineer (2), civil engineer (2), mechanical engineer (2), electrical engineer (2), fire protection engineer (1), geotechnical engineer (1), land surveyor (1), and certified industrial hygienist (1). Resumes shall be provided for other key personnel as follows: Project manager (2), interior designer (1), cost estimator (1), and landscape architect (1). Registration/certification for all is encouraged. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, or (b) have passed the National Council of Examiners for Engineering and Surveying fire protection engineering examination. 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. The evaluation of this factor will be based on the projects completed in the previous five years. FACTOR 3 – 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 performance ratings, awards, and repeat clientele in Section H of SF330 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 based on the projects completed in the previous five years. FACTOR 4 – WORK MANAGEMENT. 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 the management approach, team organization, quality control procedures, cost and schedule 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 SF330 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. The length of time the offeror has been working under this work management plan should be identified. FACTOR 5 – KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area where work is anticipated to be accomplished. FACTOR 6 – VOLUME OF WORK. 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 to https://sasweb.sas.usace.army.mil/aeselection/ by 12:01 p.m., local time on 28 July, 2008. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions 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 not 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 the firm each of the key personnel is 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 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c2fe7dda9015e07623db4fa372d61614&tab=core&_cview=1)
 
Record
SN01599581-W 20080626/080624215500-c2fe7dda9015e07623db4fa372d61614 (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.