Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOLICITATION NOTICE

C -- Indefinite Delivery Contract C-205 for Engineering and Construction Management Services within New York District area of responsibility, primarily at BRAC 133, Northern Virginia

Notice Date
1/14/2009
 
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, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-AE-0003
 
Response Due
2/12/2009 4:00:00 PM
 
Archive Date
2/27/2009
 
Point of Contact
Shaukat M Syed, Phone: 917-790-8176
 
E-Mail Address
shaukat.m.syed@usace.army.mil
 
Small Business Set-Aside
8a Competitive
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the EFARS Sub-Part 19.5, Set-Asides for 8a Small Businesses. The North American Industry Classification System (NAICS) Code is 541330. Size standard is $4.5 Million Dollars. This contract will be procured in accordance with the Brooks Act. The proposed competitive area is New York, New Jersey, Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, Pennsylvania, Delaware, Maryland, Virginia and the District of Columbia. The number one ranked 8a small business firm will be selected for negotiation based on demonstrated competence and qualifications for the required work The length of the Indefinite Delivery Contract (IDC) is a maximum of 60 months and will not include optional time periods. The total capacity of the contract will not exceed $12,000,000 (EFARS 36.601-3-90(b)). Task orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this IDC. 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 basic contract. (NOTE: This is a minimum ordering obligation; NOT a minimum payment. Contractor shall only be entitled to breach of contract damages, i.e., anticipated profit for an order of this amount and provable standby costs in the event that the Government does not issue orders for the value of the minimum-ordering guarantee.) Task orders will be issued up to $5,000,000 under the IDC for the following support and services: Engineering and Construction Management Services within New York District area of responsibility, primarily at BRAC 133, Northern Virginia, within the geographical boundaries of the North Atlantic Division. The work will support projects on Military installations, Civil Works projects and for projects under the Work for Others Program. The project locations will primarily be located in the vicinity of Fort Drum/Watertown, NY; Picatinny Arsenal, The United States Military Academy, West Point, NY; the City of New York and its boroughs; and in the vicinity of Washington, D.C. 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. It is the intent of the New York District to not have a "hollow" contract. The selected 8a small business A-E firm will need to demonstrate capability to perform at least 50% of the contract work listed below in accordance with EP 715-1-7, Chapter 3-8 c which can be found at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm In particular, in order to be awarded an 8a small business contract the concern must agree that: In the case of a contract for services (except construction), the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. 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: June 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 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 selected A-E Firm will need to be familiar with the Architect-Engineer Contract Administration Support System (ACASS). The ACASS system is a web-base application that is accessed via internet website, http://cpars.navy.mil/ 2. PROJECT INFORMATION: A-E services may include but are not limited to the following: The scope of services under this contract will include, but not be limited to, design and constructability review, meeting minutes, record keeping, budget and schedule monitoring and control, inspection, reporting progress, safety monitoring, meeting arrangement and attendance, submittal processing, testing, progress payment processing, responding to information requests, contract modification preparation, and claims prevention and claims processing, monitoring labor provisions, photo documentation, and other services. Incidental design and engineering management services may be performed relative to the performance of construction management services. The proposed project team must have the ability to provide design phase services in the basic disciplines (i.e. architectural, civil, structural, mechanical and electrical) as well as seismic upgrade and abatement of hazardous materials. The proposed project team must have the capability to perform the basic construction management disciplines (i.e. architectural, civil, structural, mechanical and electrical) with in-house personnel; joint venture or firm/consultant arrangements will be considered and evaluated for demonstrated interdependency of the members to provide services in the basic disciplines as well as specialty fields. Construction Management Services shall include, but are not limited to, the following activities: • Construction Quality Assurance activities: Insure contractor compliance with contract and specification requirements. Perform surveillance of contract work to assure that the contractor is producing work in conformance with the plans and specification. Evaluate contractor's progress, quality control, and safety operations for effectiveness. Conduct site inspections and related efforts. Observes and investigates construction at all stages to identify problems, take timely action to change designs or recommend modifications to designer and/or contract to solve problems such as unforeseen site conditions, design errors or omissions, customer requested changes, or changed criteria. Perform quality assurance inspection of construction operations for compliance with plans and specifications; interprets plans and specifications; confers with contractor to resolve disputes. Investigate the need for contract change orders and /or modifications, taking full account of work site conditions, field measurements and computations, and local prices. Construction Inspection duties include attendance at the pre-construction, quality control, progress meetings and conferences (taking minutes of meetings as directed by PM/COR), reviewing and commenting on progress schedules, conducting daily inspections of construction work to insure the work is in accordance with contract and making applicable comments on the daily reports, notifying PM/COR of non-compliant work, witnessing field tests, and reviewing all Contractor test reports and any Government materials tests for conformance with specifications, establish and maintain a log of all field tests required by the contract, perform surveillance of survey operations for layout and elevations of construction work, monitor submittals utilizing a submittal status log, develop and maintain a filing system for submittals, inform contractor and construction representatives of safety violations, coordinate requests for passes, outages, excavations, hauling, and delivery routes associated with projects, review and comment on the accuracy of the construction contractor's requests for payment, verify quantities of all work in place and materials stored on site. • Reviews: Perform design and constructibility reviews on Contractor design submissions. Checks appropriate codes, criteria and guidelines including technical references and specifications, to assure design is in compliance with requirements. Upon completion of design review as work progresses, discuss details of construction with the contractor's personnel and architect-engineers, evaluating performance in submittal review and design related consultation. Checks appropriate codes, criteria and guidelines including technical references and specifications, and consults with design personnel and subject-matter specialists in formulating recommend courses of action to resolve issues that arise. Coordinate with contractors, using agency's higher authority, local officials and the public as necessary, and refer recommendations to appropriate Corps action element. Perform review of contractor submittals, shop drawings and schedules. Determine adequacy and validity of contractor's measurement data. Review and analyze the contractor plans and submittals for approval action, including progress schedules, environmental, safety and quality control program, certifications of shop drawings. Review and acknowledge Contractor's Daily Reports including verification of the project schedule by indicating the activities worked on that day and the activities behind schedule. • Claims Analysis: Conducts technical and management analyses of construction contract claims involving disputes on contract interpretations, contract modification costs, government caused delays, differing site conditions, construction suspension and acceleration, and other impact and labor inefficiency claims. Prepares background data required for technical and legal review prior to forwarding the claim to the Contracting Officer given a formal decision is required.... Considers all pertinent facts including QA and CQC reports, master diaries, substantiating correspondence, other contract documents (i.e., plans and specifications, shop drawings and submittals), government and commercial technical publications and standards, interview with Government and contractor field personnel, etc. Evaluate the potential win/loss risk and its economic impact on the project as a whole. Consider all outstanding issues, such as other outstanding changes, claims, and delays, project engineer limitations, and the potential cost of litigation. Recommends to Government personnel that claim be settled or forwarded for a Contracting Officer decision upon development of a fully coordinated position representing the "best interest" of the Government. For claims determined to have potential for merit, conducts negotiations for extent of entitlement and costs. For claims which cannot be resolved and for which the contractor requests a Contracting officer's final decision, prepares technical analysis outlining the Governments position for further review and staffing in the District. • Modification Support: Performs the full range of contracting activities associated with the construction operations, supporting Government Personnel on matters related to contract modifications, changes and contractor claims. Furnishes advice and assistance on potential problems based on review of contractor plans, specifications, network analysis, on-site inspections, etc., and makes recommendations for improving the administrative procedures for processing changes. Supports the preparation of contract modifications with supporting documents including Post Negotiation Memorandum,.and Independent Government Estimates. Reviews and discusses proposed changes with contractor representatives regarding scope. Assures that Contractor's proposals cover all work envisioned in the change. • Office Engineering: Review contractors' contract progress data, material and equipment usage, and quality control and survey reports in order to support the computation of progress payments to contractor. Maintain orderly working files and office document control system with regard to minutes of meetings and conferences, payments, updated progress schedules, monthly progress reports, punch lists, field changes, Request for Information (RFI), Request for Proposals and contract documents including amendments, notices to proceed, change orders, modifications and other locally generated documents developed during the course of construction. Notifying the Contracting Officer via the COR and/or PM of any potential construction contractor claims/disputes relative to contract requirements and/or discrepancies in the drawings and specifications. Coordinate with contractors, District elements, Federal, State, and local agency partners, members of Congress or State or local Government, interested parties, and railroad, pipeline, and utility companies as necessary. Keeps customer, partners, members of Government, and interested parties informed on all phases of construction, and maintains positive and effective public relations through all personal contacts with these groups. Develop Quality Assurance Plans for specific projects and ensure that QA Plans are implemented. • Construction Cost Estimating: Maintains knowledge of current business and industry practices and trends, sources for supply of materials, labor and equipment costs as they affect contract changes and claims. Prepares construction cost estimates to determine the validity of contractors cost proposals for contract changes and modifications. • Preparation of reports: Prepares special and recurring reports pertaining to the status of construction contract, contract modifications, claims, and funding for submission to higher authority. • Documentation: Documents minutes of meetings, maintains daily log and prepares correspondence as required. • Engineering Management: Resolves construction/design problems in coordination with Contractor, Architect-Engineer and District staff. Monitor contractor's project management including compliance with specified quality, schedule, and accident prevention program. Incidental design and engineering management services shall include, but are not limited to, the following activities: The firms must be qualified in the work areas described and be familiar with the requirements and regulations of the Corps of Engineers, Air Force, Army, International Building Codes (IBC 2006), State and Local codes, EPA and other agencies regulations which have jurisdiction. The firm shall possess a thorough working knowledge of VA standards, specifications and design criteria. The team will also possess a thorough working knowledge of all construction, Life Safety and ADA codes, requirements and standards. Responding firms shall indicate their experience with the automated Document Review and Checking System (Dr. Checks), the Corps of Engineers M-CACES 2nd Generation (MII) cost estimating system, the U.S. Army Corps of Engineers Computerized Specifications (SPECSINTACT), the production of drawings and graphic data in AutoCAD and MicroStation systems of computer aided drafting and design system (CADD), and the development and use of Building Information Models (BIM). • Design services requiring Architectural, Civil, Structural, Geotechnical, Mechanical and Electrical; Specialties: Elevators, Fire and Life Safety, Security, Seismic, Accessibility (ADA requirements), Hazard Abatement (asbestos, contaminated soil, lead, PCB's, etc.), environmental, certified industrial hygienist Cost Estimating, interior design, acoustical, historic preservationist for modification to existing structures and new facilities. Preparation of project analysis and investigative reports, conceptual designs, contract documents (complete or abbreviated plans and specification), site plans, exterior and interior layouts and designs, interior furnishings and finish schedules, projects cost estimating and scheduling. • Review of Designs documents, equipment, samples, mock ups, shop drawings and other related construction submittals and documents, project site inspections/site visits and reports, as-built drawings and conversion of digitized or manual as-built drawings into AutoCAD. • Provide technical management services which may include but are not limited to; coordinating the development of scope-of-work, fact-finding studies, surveys, investigations, other professional AE services not necessarily connected with a specific construction project; preparation of Design-Build Proposal Statements of Work and RFPs; Preparation of IFBs; Review and evaluate the status of projects for attainment of objectives; Plan, program and oversee cost and schedule execution of the planning, design, and construction of projects in coordination with the project delivery team and the project stakeholders to assure that the projects are completed within guidelines and objectives; the resolution of difficult technical and administrative project problems, coordinating with the Project Review Board and assist the Program Manager in defining project goals and in preparing a project management plan. 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. Demonstrated Construction Management Service experience and the Corps Quality Assurance /Quality Control Management system as described in paragraph 2 2. Demonstrated Design and Design Review experience as described in paragraph 2. (Indicate ability to use Dr. Checks review system.) 3. Demonstrated Technical Management experience as described in paragraph 2 4. Demonstrated knowledge of the Military Program and Civil Works design criteria and procedures 5. Demonstrated capability to produce multiple task orders simultaneously b. Qualified registered professional personnel in the following key disciplines: NOTE: resumes must be provided for each discipline. Architectural, Civil, Structural, Geotechnical, Mechanical Electrical; Fire and Life Safety, Security Cost Estimating Construction Managers Construction Field Representative (Project Engineers and Technicians) 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/certified. 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 to initiate work and complete within the time parameters of the project. 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 NY District 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 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 forms 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 60 pages. Each page shall be numbered. Section dividers don't count towards overall page limit. Submittals not following these 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 "Contracting Opportunities" 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. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 541330 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 response date 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=fe878618de0670b19f50c1fe14d6c344&tab=core&_cview=1)
 
Record
SN01732048-W 20090116/090114215258-fe878618de0670b19f50c1fe14d6c344 (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.