Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

R -- ARCHITECT/ENGINEER SERVICES FOR TWO INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACTS PRIMARILY FOR THE DESIGN OF ARMY RESERVE AND MILITARY PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES

Notice Date
8/27/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-08-R-0102
 
Response Due
9/26/2008
 
Archive Date
11/25/2008
 
Point of Contact
Denise Gill, 502-315-6188<br />
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services for various military and Army Reserve projects primarily within the Great Lakes and Ohio River Division mission boundaries. The Louisville District Army Reserve mission is nationwide. Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The maximum cumulative contract value for each contract is $7,000,000. The contract period is for three years with no options. The estimated construction cost per project is approximately between $100,000 and $2,500,000. If two firms are selected, the top ranked firm will be awarded the first contract and the second ranked firm will be awarded the second contract. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which contractor will be selected to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 70.0% to Small Businesses, 7.0% to Woman Owned Small Business, 6.2 % to Small Disadvantaged Business, 0.9% to Service Disabled Veteran Owned Small Business, 3.0% to Veteran-Owned Small Business, and 9.8% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the A/Es quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is January 2009. To be eligible for award, a firm must have a DUNS number and be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide representations and certifications at http://orca.bpn.gov. The Louisville District and the U.S. Army Reserve plan to partner this Program. The selected firms will be required to attend annual two-day partnering workshops, to define the Governments expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. Cost for these sessions will be borne by the selected A/E. Additionally, a two-day orientation session on BIM will be conducted upon award of the base IDIQ contract. This will be a discipline by discipline orientation on Army Reserve criteria, procedures, processes and Building Information Modeling (BIM). The cost for this orientation session will be the responsibility of the awarded A/E firms. The A/E shall make available all employees, professional and non-professional, who will be primary and back-up BIM team members. The A/E firm is responsible for their initial and subsequent training costs. The disciplines required for training are Architecture, Interior Design, Structural, Mechanical, Electrical, Civil and Cost Estimating. 2. PROJECT SPECIFIC INFORMATION: Projects may consist of A/E services for horizontal and vertical military and U.S. Army Reserve projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; BIM data development; site investigation of existing conditions; engineering services during construction/construction management services; design of demolition; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various locations; and comprehensive planning that is related to future construction requirements on military installations. This contract is primarily intended to carry out the design requirements of the U.S. Army Reserve (USAR) construction program using Building Information Modeling (BIM). BIM utilizes computer-aided design (CAD) technology with 'intelligent' information loaded three dimensional models. BIM will assist the 'Designer of Record' in producing complete sets of plans, design analyses, specifications and cost estimates for USAR facilities. The benefits of BIM technology include: (1) 3-D visualization of design concepts; (2) improved coordination between design disciplines; (3) automated cost estimating/material takeoffs; (4) automated CADD standardization and code compliance; and (5) enhanced facility management capability. The required project task orders under this IDIQ contract may include some or all of the following types of building structures: Training Centers (which include: administration, education, assembly, storage, special training and other support spaces); Vehicle Maintenance Shops (which include: work bays, administration, special training, storage & support spaces); Stand-Alone Buildings (which include: unheated storage & Direct Support/General Support warehouses); and other Army Reserve and military facilities. Associated design effort may include: civil site design; demolition and/or the renovation of existing facilities; environmental compliance; NEPA documentation associated with a design project; controlled waste and flammable storage; asbestos, lead and PCB surveys and/or abatement & utility investigations. Other functions beyond traditional design may include: the development of simplified design approaches, using Army Reserve Design Criteria to carry out designs for the USAR Full Facility Restoration Program; updating the Army Reserve Design Criteria (this may be a part of project specific requirement or as requested by the Army Reserve to create or update the specific specifications, and/or graphic data); performance of engineering feasibility studies, site assessments, and DD Form 1391 development related to new USAR projects and project sites; providing construction management services (shop drawing review, site inspection, etc. for Army Reserve construction projects). Construction cost estimating will be accomplished using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software (software and database is available from the Government for a nominal fee). Specifications must be electronically developed using Unified Facilities Guide Specifications (UFGS), Louisville District Guide Specifications, modified Corps of Engineers Guide Specifications created for the Army Reserve, and Industry Standard Specifications. All specifications shall be edited using SpecsIntact Automated Specification processing system. All project specifications shall be written in the Specs Intact Format. Electronic drawings will be required for all activities. Electronic drawing development will be accomplished using MicroStation Version 8.5 or greater, and using the MicroStation TriForma suite of modeling tools. For specific projects, the awarded firm may be required to provide resumes or completed SF330 forms for a certified industrial hygienist, a military master planner, and/or a laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP), as part of the design team. The hygienist must be a Certified Industrial Hygienist (CIH) as certified by the American Board of Industrial Hygienist (ABIH). A laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be available for hazardous material testing as needed. The selected firm will be solely responsible for the designs that they produce, and will become the Designer of Record for each individual project within their contract. Firms should have experience in using the MicroStation CADD software and with using and writing project specifications in the SpecsIntact processing system. Microstation is the required format and must conform to the latest release of Tri-Service A/E/C CADD Standards. 3: SELECTION CRITERIA: The specific selection criteria (a through d are primary and e through f are secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Professional Qualifications: A resume for two designers and one checker in the following fields: architecture; civil; structural (independent of civil); mechanical; and electrical engineering are necessary with at least two in each field professionally registered in the relevant professional field as an engineer or architect. At least one civil engineer must be registered in the states of Tennessee and Kentucky. A resume for one designer and one checker in the following fields: environmental engineering, geotechnical (soil engineering); and fire protection engineering is necessary with at least one in each field professionally registered in the relevant professional field as an engineer. Two resumes for Interior Designers are required, both must be certified by the National Council of Interior Design Qualifications (NCIDQ), be registered Interior Designers, or registered architects with five years of experience and training in interior design. Additionally at least one professional, qualified by a combination of education, registration, certification, and/or training is required in each of the following fields: registered communication distribution designer (RCDD); cost estimating, landscape architecture, life safety, hazardous material inspection and abatement methods, and military master planning. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) A degree in Fire Protection Engineering from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; OR (c) registration in an engineering discipline related to fire protection engineering. The hazardous materials inspector must have successfully completed an EPA approved course for building inspectors and asbestos management planner. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. b) Specialized Experience and technical competence in the expected activities identified above, to include experience with: Building Information Modeling; design/build project design methodology; projects utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization, development of health, safe and productive work environments; and employing the LEED evaluation and certification method); anti-terrorism and force protection measures; construction cost estimating using M-CACES; electronic drawing development utilizing a CADD system and design charrettes as evidenced by the resumes of the key personnel assigned to this project. Only resumes identifying the professionalism and specialized experience of key members of the design team are necessary. Other available personnel may be specified in paragraph H of the SF330. In addition, the following must be addressed in paragraph H of the SF330; a brief Design Quality Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable); quality control procedures (for plans, specifications, design analysis and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Block H also indicate the estimated percentages involvement of each firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously; d) Past performance on DoD and other contracts to include cost control, quality of the work, and compliance with performance schedules; e) Knowledge of the locality of the project, to include knowledge of local building conditions, permitting and building codes; f) Extent of participation of Small Business, Small Disadvantaged Business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to perform this work must submit one copy of the SF 330, Part I, and one copy of SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF330, Part II, for each proposed consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF330, Part I. Please identify the ACASS number of the office performing the work in Block 3b of the SF330, Part I. ACASS numbers may be obtained by contacting Portland Corps of Engineers website at: caic.nwp@nwp01.usace.army.mil or by contacting the Portland Office at (503) 808-4590. The SF 330 will be no longer than 100 pages in length (excluding the SF330, Part IIs) and Block 10 will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF330 to this announcement must be received no later than 4:00 p.m. local time on 3 October 2008. No other information including pamphlets or booklets is requested or required: No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: Denise Gill, 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40202. Contracting Point of Contact: Denise Gill (502) 315-6188.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b046532c6346b70035aadfa312017b3b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
Zip Code: 40202-2230<br />
 
Record
SN01652527-W 20080829/080827220914-b046532c6346b70035aadfa312017b3b (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.