Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

C -- Indefinite Delivery Contract M-803 for Architect-Engineering within NY District and North Atlantic Division Boundaries primarily at Picatinny Arsenal, NJ

Notice Date
12/19/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-AE-0001
 
Response Due
1/20/2009
 
Archive Date
3/21/2009
 
Point of Contact
Ivan V. Damaso, 917-790-8708<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Indefinite Delivery Contract M-803 for Architect-Engineering within NY District and North Atlantic Division Boundaries primarily at Picatinny Arsenal, NJ 1.CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR subpart 36.6 Architect Engineer and is set-aside for small business concerns under the Small Business Competitiveness Demonstration Program The number one (1) ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The length of the contract is a maximum of 60 months and will include 3 optional time periods. The base period of the contract is 2 years in duration with a $3 million dollar capacity. Each additional option period will consist of 365 calendar days and will have $2 million dollar capacity. The total capacity of the contract will not exceed $9,000,000. 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 as $35,000 for the base period. Labor rates for each discipline, overhead rates, and escalation factors on each task order 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. Approximate award date: May 2009. The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees 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 A-E firm selected for this 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. This provision only applies to military contracts. 2.PROJECT INFORMATION: A-E services may include but are not limited to the following: "Design work analysis "Geotechnical reports "Pre-design Site Assessment "Value Engineering "Topographic surveys "Wetland delineation and mitigation "Preparation of Permit applications and obtain Permits "Preparation of Concept Designs, Final Designs, and Site Plans "Design Charrettes "Parametric Designs "Technical specifications "Cost estimating using M-CACES "Building Information Modeling (BIM) "Sustainable Design/ LEED "Construction phase services, including but not limited to shop drawing review, design during construction, commissioning, site visits, preparation of construction bid documents, etc., could be included as options on task orders "CADD and GIS deliverables may also be required. Deliverables in Micro station or AutoCAD format 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 projects include design and/or renovation of: "Administrative facilities "Vehicle maintenance facilities "Industrial facilities "Training facilities and infrastructure systems "Whole building renovation "Replacement of architectural elements, building seismic upgrades; force protection upgrades, mechanical, electrical, fire protection/detection systems; asbestos and lead abatement services or demolition; renovation of historic structures. "Designers may be required to obtain security clearances as well as having physical security measures in place before a firm can do the work. 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 e are primary selection criteria. Criteria f through h are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: The firm is required to have the following specific design capabilities: a. Specialized experience and technical competence in: 1.Demonstrate ability to prepare construction bid documents, concept designs, final designs, design charrettes, design work involving site investigation, geotechnical reports, topographic surveys, wetland delineation and mitigation, preparation of permit applications and obtain permits, preparation of contract drawings, technical specifications, design analyses similar to the categories listed in paragraph 2 Project Information. Projects completed before December 2003 will not be considered. 2.Demonstrated experience with the following projects: administrative facilities, vehicle maintenance facilities, industrial facilities, training facilities and infrastructure systems, whole building renovation, replacement of architectural elements, building seismic upgrades; force protection upgrades, mechanical, electrical, fire protection/detection systems; asbestos and lead abatement services or demolition; renovation of historic structures. Projects completed before December 2003 will not be considered. 3.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 are included in the development of the design and how market conditions are included in the construction cost estimate. 4.Demonstrate ability to prepare construction phasing plans and other services that may include preparation of operation and maintenance manuals, shop drawing review, design during construction, commissioning, site visits, similar to the categories listed in paragraph 2 Project Information. Projects completed before December 2003 will not be considered. 5.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. 6.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. 7.Demonstrate the ability to use Building Information Modeling (BIM) technology. 8.Demonstrate ability to prepare CADD drawings. Deliverables in Micro station or AutoCAD format 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). 9.Demonstrated capability to execute multiple task orders simultaneously. b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or sub-contractors/consultants with a professional staff consisting of the following disciplines: NOTE: resumes must be provided for each discipline. (1)Project Manager (2)Quality Assurance Manager (based on the firms QA/QC Plan) (3)Architecture (4)Structural Engineering (5)Civil Engineering (6)Mechanical Engineering (7)Electrical Engineering (8)Fire Protection Engineering (9)Cost Engineering (10)Geotechnical Engineering (11)Lead/Asbestos Abatement Inspector (12)Certified Industrial Hygienist (13)Licensed Interior Designer (14)Land Surveyors (15)Anti-Terrorism/Force Protection Specialist (16)Accredited LEED specialist (can be covered by one of the disciplines listed above) 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. 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 firms 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-Es 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 of North Atlantic Division boundaries. 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. Secondary Selection criteria: f. SB and SDB Participation: Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g.Geographic Proximity in relation to North Atlantic Division boundaries. h.Volume of DoD contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 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. 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 dont 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. NAICS Code is 541330 Submit three (3) completed SF330s to: Attn.: Stephen DiBari, P.E. CENAN EN M, Room No. 2037 U.S. 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 response date, 20 January 2009, shown 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=6dffcff061eadb268273522f7f4afae6&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Engineer District, New York CENAN-CT, 26 Federal Plaza New York NY<br />
Zip Code: 10278-0090<br />
 
Record
SN01721971-W 20081221/081219215123-6dffcff061eadb268273522f7f4afae6 (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.