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 -- AE Services for IDIQ's - San Francisco CoE

Notice Date
12/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USA Engineer District, San Francisco, USA Engineer District, San Francisco, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
 
ZIP Code
94105-2195
 
Solicitation Number
W912P7-09-R-0002
 
Response Due
1/30/2009
 
Archive Date
3/31/2009
 
Point of Contact
Rick Vredenburg, 415 503-6986<br />
 
Small Business Set-Aside
Partial Small Business
 
Description
This is a combined synopsis/solicitation for A&E Services: General Information Document Type: Combination Solicitation Notice Solicitation Number:W912P7-09-R-0002 Posted Date:December 17, 2008 Classification Code:C -- Architect and engineering services Contracting Office Address US Army Engineer District, San Francisco, 1455 Market Street, San Francisco, CA 94103 Description 1. CONTRACT INFORMATION: Architect-Engineer (A/E) services are required for up to 4 Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed-price contracts to primarily support Civil Works projects, US Department of Veterans Affairs (VA) Projects for the San Francisco District (SPN) and secondarily support Military projects within the footprint of the South Pacific Division (SPD). The concentration of work will be within the San Francisco Districts civil works boundaries in the states of California and parts of Oregon. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected based on demonstrated competence and qualifications for the required work. A-E services are required primarily to support the in-house design resources for civil works, VA and military projects that require a design that results in Plans and Specifications and detailed Estimates for a Construction Project, Planning/Feasibility study or pre-design documentations, however, should the need arise and the in-house resources are totally committed, the services may include the full spectrum of design disciplines on all or portions of complete projects. Projects will primarily be located within the South Pacific Divisions civil works boundaries of the San Francisco District. The contracts may also be used by other Districts within South Pacific Division (Sacramento, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility which can include work within CA, NV, AZ and portions of OR, ID, CO and WY. The North American Industrial Classification System code (NAICS) is 541310, which has a small business size standard of maximum $4.0 million of average annual receipts for its preceding 3 fiscal years. More than one firm will be selected from this announcement and it is anticipated that up to four contracts will be awarded. One of these contracts will be set aside for the highest qualified small business. The remaining contracts shall be awarded to firms regardless of size and based on the qualification rankings. These resulting Firm-fixed price Indefinite Delivery Indefinite Quantity contracts will be negotiated and the first is anticipated to be awarded in April 2009 or earlier. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardees to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firms strength and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. All contracts awarded from this solicitation must be awarded no later than one year from the date that the responses to this synopsis are due. Each contract will be for a maximum one-year base period from the date of award, and will contain options to extend for four additional one-year periods. The contract amount for the base period and any option period will not exceed $2,400,000.00 each period. The total contract amount shall not exceed $12,000,000.00. Individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option periods may be exercised early if the annual Total Estimated Price is exhausted or nearly exhausted. All pricing schedules (for base year, and option periods) will be effective for one full year, regardless of the early exercising of options, beginning with the date of award of the base year. The pricing schedules for the first, second, third, and fourth option periods become effective on the 1st,2nd, 3rd, and 4th anniversary dates, respectively, of the contract award. If the Total Estimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. Task Orders shall not exceed the annual contract amount. This announcement is open to all firms regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected to subcontract, it must comply with FAR 52-219.9 regarding the requirements. The recommended goal for the work intended to be subcontracted is 40% for small business. Out of the 40% to small business, 10% is for small disadvantaged business (subset to small business), 10% is for small business/woman owned (subset to small business). The subcontracting plan is not required with this submittal. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://www.ccr.gov/Start.aspx or by contacting the CCR Assistance Center at 1-888-227-2423 2. PROJECT INFORMATION/TYPES OF PROJECTS: Firms submitting their SF 330 documents will be judged on their experience against the required services shown below. For all projects, the contractor shall be responsible for the entire design and preparation specifications and drawings using Computer-Aided Design and Drafting (CADD) and delivering two and if necessary three dimensional drawings in Autodesk AutoCAD (CADD) software, (release 2007or newer) delivering two and if necessary three-dimensional drawings in Bentley MicroStation software, Version 8 or higher, electronic digital format. The Government will only accept the final product that does not require conversion or reformatting, in the Autodesk AutoCAD (release 2007 or newer) format or the Bentley Micro Station format Version 8 or higher. Drawings produced by scanning, drawings of record or containing photographic images shall be delivered in a raster format compatible with the AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT (Army version) with the Standard Generalized Markup Language (SGML) using MASTERFORMAT 2004 or later of if required Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in the Specs intact format *.sec, and shall be converted to a Microsoft word *.doc file. The final solicitation package done by the A-E will be in Adobe Acrobat Portable Data Format (PDF). Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) and the Dr.Checks review comment management system. The cost estimates will be prepared using Corps of Engineers, (Micro Computer Aided Cost Estimating System MCACES MII version 3.0, Build 4 or later software will be provided by Government). Projects that exceed a construction amount of $40M require a Cost Risk analyses utilizing the Crystal Ball Software release 7.3.1 or later. It is the responding firms (Prime Contractors) responsibility to keep their Engineers/Scientists, Technicians and all other supporting personnel up to date with the software requirements by required training. All personnel working on Task Orders resulting from this solicitation shall proficient in the required software. For every new project a specific scope of work will be prepared that describes the work and services required and will be issued with each task orders request for proposal. The end result of these studies/projects can be: Primarily: Designs for horizontal and vertical construction projects. Secondarily: Data collection to use for a design that will be performed either in-house or by other A-E Contractors, data collection and design of one basic and five alternative designs for feasibility studies. This work will include all A-E and related services necessary to complete the design, including A-E services during the construction phase and the operations and control phase. Type of Projects Design Phase Services for the following Types of Projects to include: Type of Projects A.Engineering-Design Phase Services to include: Design & Analysis for Civil Engineering, Structural Engineering for Berms, Levees, Flood/Retaining walls, In-stream Structures, Geotechnical Engineering, Hydrologic and Hydraulic Engineering, Environmental Science, Topographic and Property Surveys, Electrical and Mechanical Engineering, participation in various meetings. Type of Work and Task Orders may include Navigation projects, to include Dredging, Dredge material containment, Dredged Material Disposal, Harbor structures including new construction and maintenance. Flood damage, Storm damage reduction to include: Floodplain delineation, Dams and Reservoirs, Levees, Erosion protection, Beach re-nourishment, Storm Berms Floodwalls; Coastal protection flood proofing. HTRW detection and removal, long-term remediation of contaminated sites. Ecosystem Restoration to include stream or creek restoration, tidal salt marshes restoration, and wetland restoration and creation. Type of Projects B: All required Architectural disciplines for Repair and Rehabilitation of existing structures and buildings comprising of: Seismic Structural Engineering for vertical designs and analyses of existing structures to include remedy solutions to repair non conforming structures and buildings, General Civil and Structural design, Mechanical and Electrical Engineering for Building utilities and Facility utility support, Landscaping, Environmental Engineering and Scientist disciplines. All disciplines are required for various types of projects for buildings and structures like the renovation of Hospitals and smaller Medical facilities, Cemeteries, Funeral Homes, Community and Recreational buildings, buildings of historical significance, Military construction of all types like Hangars, Motor-pools, Troop billets hardstands for tactical vehicle parking, roads and streets with Concrete and Asphalt concrete coverings. HTRW detection and removal and participation in various meetings. Design services may also be required for other various small projects. All required Architectural-Civil disciplines as shown above for Architectural design of New Buildings and Structures, to include design of new buildings and annex designs for all buildings and structures as mentioned in Repair and Rehabilitation. New roads and streets with Concrete and Asphalt concrete coverings. All design phase services as described above can require the preparation of Drawings, Specifications, Cost Estimates, preparation of Detailed Design Reports (DDR) and other study/pre-design phase documentation, obtaining Permits, Cost Risk Analysis, Public involvement and various types of meetings. Reviews of Drawings, Specifications, Cost Estimates and Design Analyses documents that are prepared by Government sources or other A-E Firms and that require completion by the recipient of this IDIQ Contract. C. Engineering Services will include Reviews and the provision of comments for Drawings, Specifications, Cost Estimates and Design or Structural Analyses documents that are prepared by Government sources or other A-E Firms. D. Construction Services to include but not limited to: Shop drawings review, site visits, equipment testing and commissioning, Operation and Maintenance manuals, Reports, On-Site Representative(s), Construction Inspection under the General Supervision of the Governments Contracting Officers Representative and participation in various meetings. E. Study Services for ecological, environmental compliance, cultural, economic, water resources planning, and public involvement and participation in various meetings. F. Office support: The A-E shall provide qualified personnel that could be temporarily located in the Government offices within the Districts boundaries to support Government staff and Section Chiefs in preparation of projects and to participate in various meetings. All duties required are as described in A,B,C,D and E above. 3. SELECTION CRITERIA: The selection criteria a through g are listed below in descending order of importance. A) Professional qualifications necessary for satisfactory performance of required services: a1) Professional qualifications necessary for the satisfactory performance of all required services as shown in C through F and especially for Types of projects A The firm shall demonstrate specialized and technical qualifications of the proposed Prime- and Sub contractor staff for professions required in types of projects listed in Project Information and Types of Projects A for Navigation, Water resources, Flood control, Coastal and Environmental work. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. a2) Professional qualifications necessary for the satisfactory performance of all required services as shown in C through F and especially for Types of projects B The firm shall demonstrate specialized and technical qualifications of the proposed Prime- and Sub contractor staff for professions required in types of projects listed in Project Information and Types of Projects B Architectural and Civil Seismic Structural Design Mechanical and Electrical and Landscape disciplines. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. B) Specialized experience and technical competence in the type of work required b1) Specialized experience that the proposed Prime- and Sub contractor gained on previously performed projects that are equal to or similar to the work as described in, Project Information and Types of Projects A. Firms shall provide information by listing representative projects in the last five (5) years. b2) Specialized experience that the proposed Prime- and Sub contractor gained on previously performed projects that are equal to or similar to the work as described in, Project Information and Types of Projects B. Firms shall provide information by listing representative projects in the last five (5) years. C) Capacity of the firm Capacity to accomplish multiple projects simultaneously task orders at different locations. within the required time and within construction cost limitations. D) Use of automated design systems Firms shall demonstrate that they have the required training and are capable to use the software as described above (M-CACES MII, CADD, SPECSINTACT, and Crystal Ball). E) Past performance The Government will look at past performance records on contracts with Corps of Engineers and other organizations with respect to cost control, quality of work and compliance with performance schedules. F) Location of the firm in the general geographical area and knowledge of the locality of possible projects of the San Francisco District office and within the San Francisco Districts geographical boundaries for Civil Work. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit (1 original and 5 copies) completed SF 330 Part I (6/2004 edition) US Government Architect-Engineer Qualifications for Specific Project for themselves and (1 original and 5 copies) completed SF 330 Part II (June 2004 edition) for themselves and (1 original and 5 copies) of their subcontractors to: Dept of the Army, San Francisco Corps of Engineers Attn: Contracting, R Vredenburg 1455 Market Street, Cubicle 1739D San Francisco CA 94103-1399 The SF 330 shall not exceed 150 pages. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. All responsible sources may submit the required SF 330, which shall be considered by the agency. POINT OF CONTACT: San Francisco District A-E Unit, Mr. Joseph Viola (415)503-6883. Point of Contact Email your questions to US Army Engineer District, San Francisco at Rick.P.Vredenburg@usace.army.mil Place of Performance Address:U.S Army Engineer District, San Francisco 1455 Market Street. San Francisco C.A. Postal Code:94103-1398 Country:U.S.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c2e66848d553d14d7ffdf51d1e4b1480&tab=core&_cview=1)
 
Place of Performance
Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 1455 Market Street San Francisco CA<br />
Zip Code: 94103-1399<br />
 
Record
SN01720501-W 20081219/081217220158-c2e66848d553d14d7ffdf51d1e4b1480 (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.