Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

C -- INDEF DELIVERY,INDEF QUANTITY (IDIQ)CONTRACTS FOR CONSTRUCTION MGMT AND ENGINEERING/DESIGN SERVICES IN SUPPORT OF VARIOUS MILITARY, CIVIL WORKS, AND DEPARTMENT OF ENERGY PROJECTS, SOUTHWESTERN DIVISION BOUNDARIES AND TULSA DISTRICT CUSTOMERS!

Notice Date
9/12/2008
 
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, Tulsa, US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-08-R-2010
 
Response Due
10/16/2008
 
Archive Date
12/15/2008
 
Point of Contact
Sherri Stangle, 918-669-7105<br />
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION TO SOLICITATION W912BV-08-R-2010 CORRECTS SET ASIDE CODE TO UNRESTRICTED. 1. CONTRACT INFORMATION: Required services consist of Construction Management and Engineering / Design services in support of various Military, Civil Works, and Department of Energy projects within Southwestern Division (SWD) Boundaries and for Tulsa District customers. These services shall be procured under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract in accordance with PL 92-582 (Brooks Architect-Engineer Act) and FAR Part 36. A majority of the work will be located within Oklahoma, Kansas, and Texas, but may encompass the states as part of the SWD boundaries. At least one contract will be negotiated and awarded with a base contract period of one year and up to four option periods, and a total contract value of not more than $12 million. The contract(s) shall continue as option periods are exercised at the sole discretion of the Government for a time period not to exceed 5 years, or upon obligation of the total value of the contract, whichever occurs first. Work will be issued by negotiated firm fixed-price task orders. This is not a request for proposal, and there is no bid package. This procurement is unrestricted. Award of a first contract is anticipated during December 2008. Additional contracts may be awarded to firms considered to be otherwise successful offerors under this solicitation for a period of one year from the date of this synopsis. The minimum guaranteed amount is $5,000 for the base period only; there is no minimum guarantee for any subsequent option years. Contractors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. This announcement is open to all businesses regardless of size. If a large business is selected for a contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. For informational purposes, the subcontracting goals for the Tulsa District for Fiscal Year 2008 are 52% for small business (SB), 10% for small disadvantaged business (SDB), 10% for woman-owned small business (WOSB), 2% for service-disabled veteran-owned small business (SDVOSB), and 3.5% for HUBZone small business; however goals are subject to change and large businesses must comply with the goals in effect at the time of contract award. The wages and benefits of service employees performing under this contract (or contracts) must be at least equal to those determined by the Department of Labor under the Service Contract Act, in accordance with FAR Part 22.10. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 800/334-3414. 2. PROJECT INFORMATION: General required services consist of performing construction management and engineering / design. Construction Management services must be performed by personnel with expertise in Military, Civil Works, and Department of Energy construction processes. Contractors shall be familiar with the Corps of Engineers Windows Version Resident Management System (WinRMS). Specific services consist of expertise in review of contractor schedules (P3), construction inspection, and building code requirements (national, state, local, as applicable). Engineering / design services shall consist of the following: design review, cost estimating using Corps of Engineers MII estimating software, preparation of plans, design/build requests for proposal solicitation packages, specifications, construction cost estimates, studies, and permit applications, and performance of construction support services such as shop drawing reviews, field consultation, design modifications, operation and maintenance manuals, and as-built drawings. Metric scale may be required on plans for new construction. Contractors will be required to produce CADD drawings compatible with MicroStation software (latest version) of Bentley Systems and AUTOCADD (latest version), preparing specifications using SPECSINTACT Software, and preparing any GIS files for input to ESRI graphic systems (Arcview and Arcinfo). Contractor personnel that assist the Tulsa District on Department of Energy projects at the Pantex Plant, Amarillo, TX, shall have a Q or L Security Clearance. 3. SELECTION CRITERIA: The selection criteria for this solicitation are listed below in descending order of importance. Criteria A. through E. are primary and Criteria F. through G. are secondary. Secondary criteria will only be used as tie-breakers among otherwise technically equal firms. A. Past Performance. Includes performance on DoD and other contracts in terms of timely construction support, technical support, WinRMS expertise, review of construction schedules, cost estimating, enforcement of building code requirements, cost control, quality of work, compliance with delivery schedules, history of working relationships with consultants, and overall cooperativeness and responsiveness. B. Experience: Breadth and depth of experience of the A-E firm in construction management and engineering / design of both civil and military facilities within the past 5 years. The A-E firm shall have documented experience in providing construction management services on two or more construction contracts with contract values equal to or greater than $10,000,000. The criteria will include a review of services provided and the nature of the projects to determine construction management experience in maintaining quality while controlling time and cost growth and providing safety oversight. The A-E Firm shall also have documented experience in simultaneously executing two full designs or two design-build RFP packages or a combination of the two with construction values of approximately $10,000,000. The criteria will include a review of projects submitted to determine experience as well as designing within cost limitations, and Design Quality Management, particularly with respect to coordination between engineering disciplines and subcontractors. C. Knowledge of Geographic Conditions / Construction Methods: Knowledge of subsurface conditions, including expansive soil characteristics, local climatic conditions including the conditions required for the prevention of mold, and local construction methods. The criteria will include a review of documented project experience highlighting the unique design and construction aspects encountered within the geographic boundaries of the Southwestern Division. D. Professional Qualifications: The criteria will include a review of proposed personnel in the following disciplines: Project Management, Construction Management, Building Code Officials, Safety Professionals, Security Specialists, Architecture, Mechanical, Fire Protection, Civil, Structural, Cost Estimating, Geotechnical, Surveying, and Interior Design. Particular focus will be on the qualifications of personnel with knowledge of national, state, and local codes for the Arkansas, Oklahoma, Kansas, and Texas areas. E. Sufficient Capacity to provide personnel on numerous construction contracts that are administered by the Corps of Engineers. Anticipate number of personnel needed could range from 10 to 50 at any given time, depending on the workload, typical duration of construction contracts administered by the Tulsa District range from six (6) months to three (3) years. The selected contractor (or contractors) shall also have Engineers (all disciplines) available as needed to provide services to the U.S Army Corps of Engineers, Southwestern Division during peak workloads and / or during deployment of Government personnel in support of the Global War on Terrorism (GWOT) or during deployment of Government personnel in support of domestic national needs to include but not necessarily limited to hurricane recovery, floods, ice storms, and tornado recovery; services may be required with as little as 7 calendar days advance notice. Time duration of personnel usage will range from one (1) month to one (1) year or longer as needed, depending on the workload requirements of the Southwestern Division. The criteria will include a review of project specific narrative indicating the extent to which the A-E firm has provided the specified construction support and their proven ability to work on multiple large scale design projects. F. Volume of DoD contracts for construction management services and engineering / design services awards in the past 12 months. G. Small Business and Small Disadvantaged Business participation. The extent of participation of Small Businesses and other Socio-Economically Disadvantaged Small Businesses or Entities will be measured as a percentage of the total anticipated contract effort regardless of whether the Small Business or other Socio-Economically Disadvantaged Small Business or Entity is a prime contractor, subcontractor, or joint venture partner. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities and qualifications to perform this work must submit one copy of the SF 330 Parts I and II to the above address no later than 4:00 p.m. on October 16, 2008. This date and time are strictly enforced and late packages will not be considered. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Firms shall present a proposed organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). Include in your submittal the ACASS number for each firm listed in SF 330, Section C, Block 9. For ACASS information, call 503/808-4590. Address all Selection Criteria in descending order of importance (as defined in Section 3 of this announcement above) in SF 330, Section H. This is not a request for proposal. Cover letters and extraneous materials are not desired and will not be considered. Personal visits to discuss this acquisition will not be scheduled. As required by regulations, interviews for the purpose of discussing prospective contractors qualifications will be conducted only after review of submittals by the selection board. Interviews will be conducted by telephone. Questions should be addressed to: Mr. Jack Schaefer at 918/669-7041, U.S. Army Engineer District, Tulsa, 1645 S. 101st East Avenue, Tulsa, Oklahoma 74128-4609.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ffa548b34477d0ab2d636abfe2cdafe&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK<br />
Zip Code: 74128-4609<br />
 
Record
SN01669337-W 20080914/080912223219-8ffa548b34477d0ab2d636abfe2cdafe (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.