Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

C -- Multidiscipline Indefinite Delivery Contracts for Large Projects, SAD Wide

Notice Date
8/25/2008
 
Notice Type
Modification/Amendment
 
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-0077
 
Point of Contact
Inge Lawson, Phone: 912/652-5315, Sabrina Bastine,, Phone: 9126525943
 
E-Mail Address
ingeborg.a.lawson@usace.army.mil, sabrina.bastine@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Technical Point of Contract: Derek S. Cudd at 912-652-5367 or email: derek.s.cudd@usace.army.mil ; Questions concerning subcontracting plan: Leila Hollis at 912-652-5340 or email: leila.hollis@usace.army.mil ; and Contractual Questions to: Inge Lawson at 912-652-5315 or email: ingeborg.a.lawson@usace.army.mil; Questions concerning SF330; Les Zuniga at 912-652-5574 or email: leslie.a.zuniga@usace.army.mil. ***** 1. CONTRACT INFORMATION: a) 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 four 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. Firms will be selected for negotiation based on demonstrated competence for the required work. b) The contracts awarded as a result of this announcement will be administered by the Ft. Stewart Directorate of Public Works for use on federal projects at Ft. Stewart or Ft Benning Directorate of Public Works for use on federal projects at Ft. Benning or use on federal projects under the jurisdiction of the Savannah District and, if requested, for other Corps of Engineers Districts within the SERO of IMA. All Architects and Engineers (AE) are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 - Construction Contracts with Architect-Engineer Firms. Any AE that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. If awarded a contract resulting from this announcement, AE’s are reminded that they may decline to accept a task order, which is appropriately placed on the contract, only in accordance with the terms and conditions of FAR contract clause 52.216-19 Order Limitations. Contracts may be issued up to one year after selection approval. Contract limits and contract size will be determined at the time of selection. *** c) The contract will be an Indefinite Delivery Indefinite Quantity Contract. The contract will be for one basic ordering period and two option periods with a total contract limit of $4,500,000. Work will be issued by negotiated firm-fixed price task orders. *** d) Task Orders will be primarily for small projects with a construction value typically under $2 million; however, if required, larger projects will be executed under this contract. Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to contracts with the same or overlapping scopes of work will be based on the following factors in accordance with local clause 52.216-4007: (1) Performance and Quality of deliverables under current IDCs, (2) Awardees’ ability to accomplish the order in the required time, (3) Uniquely specialized experience, (4) Price (except for A-E services), and other relevant factors. The NAICS is 541330; size standard $4.5 million. *** e) This announcement is opened to all firms regardless of size. Small businesses 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 a 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; 6.2% to small disadvantaged business (a composite of small business); 7.0% to women-owned business (a composite of small business); 9.8% to HUBZone small business (a composite of small business); 3.0% to veteran-Owned Small Business; and 0.9% to service disabled veteran-owned small business (a composite of small business and veteran-owned small business). While the Savannah District does not have a specific target for subcontracting with veteran-owned small businesses, this must be addressed in any subcontracting plan. Written justification must be provided if the minimum small business goals cannot be met. The small business 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 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 for Ft. Stewart projects the Ft. Stewart Installation Design Guide and for Ft. Benning projects the Ft. Benning 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 and Geographic Proximity and significantly more important than Knowledge of Locality and Volume of Work. Past Performance and Geographic Proximity are weighted equally and each factor individually is more important than Knowledge of Locality and Volume of Work. Knowledge of Locality and 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 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 (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 the 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; 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.. *** FACTOR 2 - KEY PERSONNEL. Resumes for qualified personnel should be presented in Section E for the following key personnel. All key personnel shall be shown on the organization chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: Architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, fire protection engineer, geotechnical engineer, land surveyor, and certified industrial hygienist. Resumes shall be provided for other key personnel as follows: Project manager, interior designer, cost estimator, and landscape architect. 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. Show lines of responsibility and communication between project team leaders and team members. ***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. *** FACTOR 4 - GEOGRAPHIC PROXIMITY. Proximity of the firm and all team members to Ft. Stewart GA, Ft. Benning and federal projects under the jurisdiction of the Savannah District. *** FACTOR 5 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects at Ft. Stewart, GA, Ft. Benning GA and federal projects under the jurisdiction of the Savannah District. *** 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 AT https://sasweb.sas.usace.army.mil/aeselection/ by 1200 p.m. eastern time on 23 Sep, 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 1 of the SE 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 each of the firm's 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 DAT E 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 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 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=f6012ea5f6f0bac36eaa9240daefb86a&tab=core&_cview=1)
 
Record
SN01650320-W 20080827/080825222308-f6012ea5f6f0bac36eaa9240daefb86a (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.