Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOLICITATION NOTICE

C -- Indefinite Delivery Contracts M-308 and M-309 for General Architect Engineering services, primarily within New York District's Boundaries and other Corps of Engineers locations within NAD/MSC Boundaries.

Notice Date
12/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-AE-0002
 
Point of Contact
Wei Lugin,, , Albert C Rumph, Phone: 9177908078
 
E-Mail Address
wei.lugin@usace.army.mil, albert.c.rumph@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR subpart 36.6 Architect Engineer using full & open competitive procedures. The two highest ranked firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The length of each contract is a maximum of 60 months and will not include optional time periods. The total capacity of each contract will not exceed $25,000,000. Task orders will be issued by negotiated firm-fixed-price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. The government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, the government guarantees a minimum ordering obligation of $100,000 for the basic contract. Task orders will be issued by negotiated firm-fixed-price task orders and will be negotiated and issued under the terms and conditions of each Indefinite Delivery Contract. Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract; and profit will be negotiated in each task order. In accordance with Federal Acquisition Regulation (FAR) part 16.505 (b) (1) titled Fair Opportunity, future task orders that exceeding $3000 will be competed among awardees. The specific contractor chosen for a task order will be selected based on factors such as technical expertise, demonstrated performance, specific ability, task order size and complexity, and contractor availability to complete the task order in the time required. The Fair Opportunity procedure to compete future task orders will be addressed in form of amendment on or about 8 January 2008. Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th and 5th calendar years of the contract. Each time period of the contract will consist of 365 calendar days. Concentration of work will be for the NY District but can include anywhere throughout the North Atlantic Division region. The following Items are special requirements for each contract: If a large business is selected for the contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The contracted A-E firm will be required to use the following subcontracting goals (percentage of work) in their subcontracting plan: Small Business (including ANCs and Indian Tribes) 70%, Small Disadvantaged Business (including ANCs and Indian Tribes) 6.2%, Women-Owned Small Business 7.0%, HubZone Small Business 9.8%, Veteran-Owned Small Business 3.0%, Service Disabled Veteran Owned Small Business 0.9%. Produce letter of commitments to each small business subcontractor. The prime firm shall submit SF 294's and SF 295's for federal contracts performed within the last three years. For Small Business References, please contact Gregory Cuyjet, Deputy Small Business at 917-790-8004 or gregory.g.cuyjet@usace.army.mil In accordance with FAR 52.244-4 Subcontractors and Outside Associates and Consultants (Architect-Engineer Services). (Aug 1998), the following applies: "Any subcontractors and outside associates or consultants required by the Contractor (prime A-E firm) in connection with the services covered by the contract will be limited to individuals or firms that were specifically identified and agreed to during negotiations. The Contractor shall obtain the Contracting Officer's written consent before making any substitution for these subcontractors, associates, or consultants". If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the occurrence of any of these events and provide the following information to the Contracting Officer: Required information for substitutions necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. Approximate award date: August 2009. The wages and benefits of service employees (see Far 22.10) performing under the contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a 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. The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. ACASS is a web-enabled application that supports the completion, distribution, and retrieval of Architect-Engineer (A-E) contract performance evaluations (DD Form 2631). Contractor Representatives are responsible for reviewing and commenting on evaluations submitted by Government Assessment Reporting System (CPARS) website at http://cpars.navy.mil/acassmain.htm. The A-E firm selected for the contract will be responsible to utilize the Army Contractor Manpower Reporting (CMR) system and will be required to report certain information to the Army CMR system. For additional information see https://contractormanpower.army.pentagon.mil. 2. PROJECT INFORMATION: A-E services may include but are not limited to the following: Preparation of design charettes, studies (to include value engineering studies), site work and site utility design, development of design criteria for design-build contracts, and design of new construction and renovation projects for civil/military work and other non-military government agencies. Provide construction phase and other services that may include design during construction, preparation of operation and maintenance manuals, shop drawing review, site visits and commissioning/start-up/fit-up design support. Site investigation, explosive safety design, LEED Green Building Sustainable design geotechnical reports, topographic surveys, wetland delineation and mitigation, preparation of contract drawings, technical specifications, design analyses and cost estimating using the latest version of M-CACES, PACES and MII [M2] software, Interior Design, Hazardous Materials Abatement. CADD and GIS deliverables may also be required. Deliverables in Micro station or AutoCAD format, Building Information Modeling (BIM) will be required. Preparation of CADD drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-aided standard version (CADD). Examples of potential repair or renovation projects include: Whole building renovation, repair or replacement of architectural elements, building seismic upgrades; force protection upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems; asbestos and lead abatement services related to building renovation or demolition; renovation of historic structures, research and development facilities, Academic Facilities, Storm Damage Reduction projects, Ecosystem Restoration and Navigation projects. Examples of new buildings and or structures includes: Vehicle maintenance facilities, administrative facilities, industrial facilities, ranges, training facilities, pavements/hardstands, barracks/dormitories, dining facilities, Research and Development facilities, Academic Labs, Academic Facilities. Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. [e1] Potential work for this contract may involve Security Engineering and Protective Design services to protect bridges against destructive attack. This shall consist of, but not be limited to, production of contract drawings, specifications, studies, design analyses (to include dynamic modeling of the response of structural elements to explosive and collision impact loadings), cost estimates and construction schedules; to include electronic surveillance, detection, security and communications systems, physical security systems, explosion mitigation designs, structural redundancy/hardening/strengthening/shielding, fire protection systems, and collision impact mitigation designs. Communication and coordination with USACE, local, state, and federal agencies is required. Other required services: Cost Engineering, Environmental Engineering; Construction CPM Scheduling and Maintenance and Protection of Traffic. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through f are primary selection criteria. Criteria g is a secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: a. Specialized experience and technical competence in: Demonstrate ability to prepare Design-Bid-Build construction documents and develop design criteria for Design Build RFP documents for new buildings and structures similar to the categories listed in paragraph 2 Project Information. Projects completed before Jul 2003 [e2] will not be considered. Demonstrate ability to prepare site & infrastructure design for construction and renovation projects for military work and other non-military government agencies, similar to the categories listed in paragraph 2 Project Information. Projects completed before Jul 2002 will not be considered. Demonstrate experience in sustainable design, using either the Sustainable Project Rating Tool (SPiRiT) or LEED Green Building Rating System. Demonstrate experience with Antiterrorism/Force Protection measures. Demonstrate ability to conduct, planning and design charettes, studies (to include value engineering studies), similar to the categories listed in paragraph 2 Project Information. Projects completed before Jul 2002 will not be considered. Demonstrate ability to prepare cost estimates in the latest version of M-CACES and have experience in MII [M2] software and PACES. In the event that the firm does not have experience in MII [M2] software and PACES, it shall demonstrate how cost estimating procedures is included in the development of the design and how market conditions are included in the construction cost estimate. Demonstrate experience in cold weather design. Demonstrate ability to prepare 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, similar to the categories listed in paragraph 2 Project Information. Demonstrate experience with N.Y. State Historical Preservation Office (SHPO). [e3] In the event, the experience is not available, a firm shall demonstrate in the proposal how they will obtain the experience. Demonstrate experience with Building Information Modeling (BIM). Demonstrate the ability to provide a QA/QC plan indicating how the prime plans to manage their team to ensure that quality products are prepared. Demonstrate ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. Demonstrated capability to execute multiple task orders simultaneously [e4] b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or subcontractor/consultants with a professional staff consisting of the following disciplines: NOTE: resumes must be provided for each discipline. Project Manager Quality Assurance Manager (based on the firm's QA/QC Plan) Architecture Structural Engineering Civil Engineering Hydraulic Engineering Hydrologic Engineering Coastal Engineering Mechanical Engineering Electrical Engineering Fire Protection Engineering Force Protection Specialist (physical & electronic security) Cost Engineering Geotechnical Engineering Lead/Asbestos Abatement Inspector Certified Industrial Hygienist Licensed Interior Designer Historical Architect Land Surveyors The evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. Senior project personnel for each key discipline are required to be licensed/ registered. [e5] Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01, http://62.204.17.188/report/doc_ufc.html. Use the latest publication of UFC 3-600-01 as of the posted date off this announcement. c. Past Performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and ACASS. Letters of recommendation from customers addressing your firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: In an effort to expedite the selection process the A-E's are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area within the North Atlantic District (NA) boundary. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business in the proposed contract team, measured as a percentage of the total estimated contract effort as indicated as follows: Small Business (including ANCs and Indian Tribes) 70%, Small Disadvantaged Business (including ANCs and Indian Tribes) 6.2%, Women-Owned Small Business 7.0%, HubZone Small Business 9.8%, Veteran-Owned Small Business 3.0%, Service Disabled Veteran Owned Small Business 0.9%. Secondary Selection criteria: g. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DOD contracts. 4. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 The SF 330 form can be downloaded into a.pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330. Include the prime firm's ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to 120 pages. Section E is limited to 40 pages. Each page shall be numbered. Section dividers don't count towards overall page limit. Submittals that exceed these page limits and other instructions may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the New York District USACE website: http://www.nan.usace.army.mil Click "Business Opportunities" then "Advertised Solicitations" Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation. For information visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. Submit three (3) completed SF330's to: Attn: Stephen DiBari, P.E. CENAN‑EN‑M, Room No. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 4:00 pm on the original 16 January 2009 [e6] in the advertisement in the FedBizOps. The response date will move to the next business day, if the original response date falls on a Saturday, Sunday, or a Federal Holiday. Facsimile transmissions of the SF330 will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6255968d14cc8f1cf867241e0f17d92a&tab=core&_cview=1)
 
Place of Performance
Address: New York, New York, United States
 
Record
SN01720361-W 20081219/081217215849-6255968d14cc8f1cf867241e0f17d92a (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.