Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

C -- A-e services Primarily East of the Cascades for Air Force and Others

Notice Date
2/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW09R0011
 
Response Due
3/11/2009
 
Archive Date
5/10/2009
 
Point of Contact
Daniel D. Miller, 206.764.6804<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. This is an announcement for a contracting opportunity under the Brooks Act for architect-engineering services. This procurement will be evaluated using Brooks Act (PL-92-582) procedures. THIS IS AN UNRESTRICTED ACQUISITION OPEN TO ALL BUSINESSES CONCERNS. Federal Acquisition Regulations (FAR) 36.6 selection rules apply. The purpose of this contract is to provide Architect-Engineer (A-E) design services for Air Force Projects east of the Cascades within the US Army Corps of Engineers (USACE) Seattle District boundaries. However, work may also be performed anywhere within any of the four states listed including west of the Cascades as applicable. Services will be required for architectural, landscaping, civil, mechanical, electrical and structural engineering design related to the USACE Seattle District mission in support of the Air Force and other agencies. Incidental asbestos and lead paint survey work may be required relating to the design services. The A-E will be required to prepare, using current Air Force, Corps of Engineers and other agency standards, plans, specifications, design analyses, and cost estimates, as required for a variety of major Air Force military construction and other projects, as well as for maintenance, repair, and alteration projects. Some task orders will involve preparation of request for proposals (RFPs) for design build contracts. Services shall be accomplished in the contractors office with the exception of such field investigations and field surveys as are required at the project site. The Government will not provide any direct supervision of the Architect/Engineer (A/E) employees. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Criteria (1) through (5) are PRIMARY criteria and will be evaluated for all firms. Criteria (6) through (8) are SECONDARY criteria and shall only be used as tie-breakers should the application of criteria numbers (1) through (5) result in firms being rated as technically equal. PRIMARY Criteria: (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm(s). Provide representative examples of completed projects in the areas of military design and construction for projects such as fitness centers, community activity centers, recreational facilities, military family housing, dormitories, administrative and training buildings, hangars and maintenance shops and airfields and airfield lighting. Projects completed on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be evaluated more favorably for this criteria. Projects that include experience and demonstrated technical competence in one or more of the following are considered similar projects and may be evaluated more favorably for this criterion: fitness centers, community activity centers, recreational facilities, military projects, housing developments, dormitories, maintenance and fuel cell repair hangars, maintenance shops, and office buildings. (2) PROFESSIONAL QUALIFICATIONS of key personnel to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in Criterion (1), as demonstrated by education and professional registration and/or certification, specific to architectural and engineering disciplines, including: civil, structural, electrical, mechanical, environmental, architectural and interior design, sustainable design and cost engineering. Resumes (Standard Form (SF) 330, Section E, Page 3; one Section E shall be completed for each key person identified) must be provided for these disciplines. For proposed consultants, complete Section E, Page 3 RESUMES OF KEY PERSONNEL and Part II GENERAL QUALIFICATIONS. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. Key personnel are defined as lead designers for key disciplines, Project Manager and Quality Control Manager to be assigned to this contract. Key personnel proposed are required to be licensed or certified professionals, as applicable. The evaluation is to consider education, training, registration, overall and relevant experience and longevity with firm. Provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the branch office location of each team member. (3) PAST PERFORMANCE of the project team on similar projects by the proposed key personnel (as described in Criterion (2) above) in terms of quality of work, cost control, and compliance with performance schedules. Referenced projects that were performed by key personnel under the proposed team structure may receive a higher evaluation under this criterion. Provide representative examples of completed projects in the areas of military design and construction for projects such as fitness centers, community activity centers, recreational facilities, military family housing, dormitories, administrative and training buildings, hangars and maintenance shops and airfields and airfield lighting. Past performance ratings for projects completed on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be rated more favorably for this criteria. Include the clients name, phone number and address for each submitted project example. Past performance of the prime contractor will be evaluated using the Past Performance Information Retrieval System (PPIRS) databases. Government databases will be checked and previous customers may be contacted as references. All performance ratings in PPIRS for the past three (3) years shall be considered. Offerors are encouraged to review their PPIRS records by visiting http://www.ppirs.gov/. This website has information on obtaining access to a firms record, if they currently do not have access. (4) CAPACITY of the proposed team to accomplish approximately the work of the required type and the dollar amount stated in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines of the team for effective functioning as a Project Delivery Team (PDT). Demonstrate the ability to complete several multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the firms permanent staff, anticipated workload during the contract period, and the firms history of successfully completing work in compliance with performance schedules). Indicate the firms present and projected workload and the availability of the proposed team members for the specified contract period. Demonstrate how the prime contractor will manage and coordinate the work of its staff and its subcontractors to produce integrated, cost effective solutions to task order assignments. Demonstrate the ability to respond quickly and coordinate multiple tasks between USACE and its Activity customers. In Section H, Page 6, of the SF 330, describe the firms quality management plan (including team organization with an organizational chart, quality assurance procedures, cost control approach, and coordination of the in-house work with consultants). (5) KNOWLEDGE OF THE LOCALITY of the contract as it relates to engineering design, particularly east of the Cascades in Idaho, Oregon, Montana and Washington. Information provided must demonstrate expertise in geological features, climatic conditions, and/or local construction methods. SECONDARY Criteria: (6) EXTENT OF SMALL BUSINESS PARTICIPATION (including Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB), historically black colleges and universities, and minority institutions) in the proposed contract team, measured as a percentage of the total estimated effort. (7) GEOGRAPHICAL PROXIMITY to the USACE Seattle District office and its engineering and construction personnel located in the four covered states (Idaho, Montana, Oregon, and Washington). (8) EQUITABLE DISTRIBUTION OF THE WORK. List the total amount (dollar value) of Department of Defense (DoD) contract awards as the prime contractor within the past twelve (12) months. GENERAL INFORMATION: This announcement will result in the award of one fixed-price indefinite quantity contract. The effective period of the contract shall be a two year base period, a total aggregate task order value of $10,000,000.00 (ten million dollars), whichever occurs first. Work will be issued by negotiated firm fixed-priced task orders not to exceed $500K. The individual task order limit refers to the maximum amount that the contractor is obligated to perform if issued a task order under the contract. Task orders above this amount may be issued provided they are within the overall $5,000,000.00 ceiling of the contract. However, performance of these task orders is not obligatory under the terms of the contract. The contract is anticipated to be awarded in May 2009. The primary North American Industrial Classification System (NAICS) Code for this procurement is 541310, previously Standard Industry Code (SIC) 8711. The small business size standard is $4.5 million annual average gross revenue for the last three fiscal years. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan or that part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: a. At least 70% of planned subcontracting dollars intended subcontract amount be placed with Small Businesses (SB). b. At least 6.2% of a contractor's intended subcontract amount be placed with socially and economically disadvantaged individuals or Historically Black Colleges and Universities or Minority institutions. NOTE: b. is a subset of a. c. At least 7% of a contractor's intended subcontract amount be placed with Women Owned Small Business (WOSB). NOTE: c. is a subset of a. Also, the women-owned business may meet the definition of a small disadvantaged business. If so, c. will also be a subset of b. (Count firm in all applicable areas.) d. At least 9.8% of planned subcontracting dollars intended subcontract amount be placed with HUBZone small business concerns. NOTE: d. is a subset of a. NOTE: A HUBZone firm may also be SBD, women-owned and/or veteran-owned. (Count firm in all applicable areas.) e. At least 3% of planned subcontracting dollars intended subcontract amount be placed with veteran-owned small business. NOTE: e. is a subset of a. Go to http://www.va.gov/osdbu/vetctr.htm or http://www.sba.gov/VETS/ for questions concerning the Veterans Business Development program. f. At least 0.9% of planned subcontracting dollars intended subcontract amount be placed with service-disabled veteran-owned small business. NOTE: f. is a subset of a. and e. The subcontracting plan is not required with this submittal. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractors Registration (CR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log on to Internet web site at http://www.ccr.gov. Qualified firms desiring consideration shall submit one copy of a SF-330 including organization chart of key personnel to be assigned to this contract and each subconsultants current SF-330 as described in section (2) PROFESSIONAL QUALIFICATIONS above to: Daniel Miller, USACE Seattle District, CB-CT-MU, 4735 E Marginal Way S, Seattle, Washington 98134-2329. One copy of the submittal package is due not later than 2:00 PM Pacific Time on 11 March 2009. Submittals received after this date and time will not be considered. No e-mail, telegraphic or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS PROCUREMENT IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESSES.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d8f5d331414ec65da3122d574e2cbd5&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA<br />
Zip Code: 98124-3755<br />
 
Record
SN01756133-W 20090226/090224221429-0d8f5d331414ec65da3122d574e2cbd5 (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.