Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACTS (UNRESTRICTED BUSINESSES TYPES) FOR MULTIDISCIPLINARY SERVICES TO BE PERFORMED IN THE UNITED STATES AND ITS TRUST TERRIROTIES.

Notice Date
7/22/2009
 
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, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-09-R-0153
 
Response Due
8/21/2009
 
Archive Date
10/20/2009
 
Point of Contact
Michael Johns, 817-886-1059<br />
 
E-Mail Address
US Army Engineer District, Fort Worth
(michael.v.johns@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1.0 - CONTRACT INFORMATION Multidiscipline Design and/or other Professional Services are being procured in accordance with the Brooks A-E Act (PL-582) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications of the required work. The proposed contracts are required for design support primarily for the Department of Defense Education Activity (DODEA) and Dependent Education Secondary Schools (DDESS), which consists of projects primarily, but not limited to, the Continental United States and its Trust Territories, and overseas areas where DODEA facilities are located. It may also include miscellaneous military projects within or assigned to the Southwestern District Fort Worth, U.S. Army Corps of Engineers. Work may include but not be limited to any or all of the following: design, drafting, planning, military construction programming, civil works studies and designs, construction cost estimating, topographic or boundary surveys, on site construction management, various engineering studies, site investigations, value engineering services, subsurface geotechnical investigation, testing, and reports, design services for new construction and/or renovation, demolition, and alterations of existing facilities, environmental studies, testing and reports, and hazardous materials testing, abatement, and design services. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. The intent of this acquisition is to award two (2) contracts to unrestricted qualified firms in amounts of $2,300,000 per year NTE $11,500,000 over five years for the total IDIQ. Option periods shall be exercised in 12 month increments to realize escalated labor rates. The capacity of the contract shall not be tied to one option period. The contracts shall be issued as Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts, with firm fixed priced labor rates. Each task order issued shall be firm-fixed price (as negotiated). The contract shall be awarded subject to the availability of funds, FAR 52.232-18, because the contract shall not be fully funded at the time of award. Funding shall be cited on individual task orders. The IDIQ contracts shall have a guaranteed minimum of $5000.00. North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which corresponds to SIC Code 8711.The initial contract is anticipated to be awarded in November 2009. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: 1)uniquely specialized experience, 2)performance and quality of deliverables under any current Indefinite Delivery Contracts, 3)current capacity and ability to accomplish the order in the required time, 4)familiarity with design criteria/codes and construction methods used at the locality, 5)equitable distribution of work among the contractors. Price will not be used as a criterion. This announcement is open to all businesses regardless of size. If a large business firm is selected for this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan for that part of work it intends to subcontract. The Fort Worth District goals on work to be subcontracted is that a minimum of 96.09% of the contractors total intended subcontracted amount be placed as follows: 6.2% be placed with the Small Disadvantaged Business (SDB); 7.0% be placed with Women Owned Small Business (WOSB); 3.0% with American Veteran-Owned Small Business, of which a part is with Disabled American Veteran-Owned Small Business; 9.8% with HUB Zone Small Businesses; and the remaining 70.0% be placed with Small Business (SB). The plan is not required as part of this submittal. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be registered in the database maintained by the Small Business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the responses are submitted will result in their elimination as a proposed subcontractor. 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. Projects outside the primary area of responsibility may be added upon approval of all parties and at the option of the Fort Worth District, U.S. Army Corps of Engineers. 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. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the Option of Fort Worth District, Corps of Engineers. At the option of the Contracting Officer, Task Orders issued against contracts awarded under this announcement may be issued by or for other Government agencies. To be eligible for contract award, firms 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 1-888-227-2423. 2.0 - PROJECT INFORMATION: No specific projects are identified at this time and therefore funds are not presently available for the contract. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E Services are to be utilized. Projects are anticipated to be primarily but not limited to DODEA and DDESS programs, managed and executed by Fort Worth District, which consists of projects primarily, but not limited to, the Continental United States and its Trust Territories. The work may involve: 1)feasibility/corrective measures studies; 2)facility assessments and site investigations; 3)remediation/abatement recommendations on HAZMAT 4)preparation of documents for submission to federal, state and local agencies; (AHERA for one) 5)pilot studies; 6)engineering evaluations and cost analyses; 7)general investigation and design activities in support of DODEA, DDESS, or other DoD and regulatory compliance; 8)support via environmental studies/plans regarding various environmental compliance regulations including but not limited to asbestos, lead base paint, mold, and other hazardous/toxic/regulated materials; 9)support via environmental studies or documentation of transfer of government real property, records searches, oversight of field operations; 10)construction management support, human and ecological risk assessments and other engineering studies and reports; 11)community relations; 12)engineering design, drafting, and planning 13)Master Planning and related studies; 14)Research; 15)surveying and mapping, topographic and boundary surveys; 16)GIS modeling; 17)Geotechnical services 18)Submittal and shop drawing review; and other construction documents for a variety of projects. 19)Coordination for ordinance and/or explosives investigations 20)AT/FP compliance Design projects are expected to include maintenance/repair and/or alterations/renovations to existing facilities, new construction, and demolition. Work and deliverables may also include engineering studies, environmental studies, reports and recommendations, formulation of facility sustainment programs, CADD produced plans, specifications prepared utilizing Specsintact (Government furnished software), construction cost estimates prepared utilizing M-CACES, design analysis, weekly status reports, and value engineering. Design considerations may include landscaping, architectural evaluations, hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans, and construction site requirements, LEED documentation for certification. Construction Phase Services may, in addition to above requirements, include on-site quality assurance inspections, corrective actions to unforeseen site conditions, modifications to contract documents commissioning and TAB, LEED compliance and documentation. Electronic files are required to be provided on CD-ROM or compact disk. (For more information on Specsintact, M-CACES, electronic advertising process, etc. go to http://www.swf.usace.army.mil//links/e&c/ec-a. Materials and sites to be investigated may contain Asbestos, Lead Based Paint, CFC's, PCB's, Radiological Waste, UST's, OE, or any other related HTRW/Environmental Material on potentially contaminated sites. Some work may require attending public meetings, and coordinating with Federal, State, and Local regulatory agencies. 3.0 - SELECTION CRITERIA: Selection criteria in descending order of importance are as follows: Criteria (a)-(f) are primary criteria; items (g)-(p) are secondary and are used as tie-breakers among technically equal firms): Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes in Section E, Part I, Standard Form (SF) 330. The selected team must demonstrate recent (within the past 5 years) significant experience in the items below. The definition of the word demonstrate, as used herein, is to furnish, show, or state examples of each of the following requested items: PRIMARY criteria are as follows: a) Specialized Experience and Technical Competence: (1) The team must demonstrate recent (within the last 3 years) and significant experience in the design of facilities for DODEA, DDESS, or public school systems (elementary, middle, and high school). The selected team must demonstrate recent (within the past 5 years) and significant experience in the design of facilities and infrastructure at military installations, paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, value engineering, and environmental issues. b) Professional Capabilities: Indefinite delivery contracts will require for each A-E contractor (either in-house or through a consultant) as a minimum, the following: Three (3) registered Architects, one (1) Landscape Architect, one (1) Architectural Hardware Specialist, one (1) Interior Designer, three (3) three registered Electrical Engineers, one (1) Systems Engineer specializing in Communications, two (2) LEED-AP personnel; three (3) registered Mechanical Engineers, three (3) registered Civil Engineers, (1) registered Geo-Tech Engineer specializing in geo-technical analysis and reporting, a certified soil boring and testing firm, three (3) registered Structural Engineers, one (1) registered Fire Protection Engineer, one (1) Life Safety Specialists, two (2) environmental survey specialists, one (1) registered Environmental Engineer, a certified testing lab, one (1) Value Engineer, two (2) Cost Estimators, one (1) registered Surveyor as well as survey crew personnel. None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Registration and certification as required by various state laws will be necessary. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive environmental technical and compliance support; ability to provide necessary number of teams or crews for complex and unexpected field, laboratory and regulatory compliance support; ability to initiate, manage and complete multiple concurrent delivery orders; ability to meet unforeseen schedule changes. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Resumes should be provided for each of the personnel listed above. Repeat the resume page as required to provide information on all personnel referenced. c) Capacity to Accomplish the Work: Firms must demonstrate adequate team capacity to design three task orders concurrently meeting all schedules. Firms must show sufficient capacity to respond on short notice, mobilize qualified personnel, meeting all schedules, and produce quality results under short deadline constraints to complete three task orders concurrently for accepted task orders. Submitting firms should demonstrate experience with similar size contracts and the available capacity of key disciplines. The firm must ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. Resumes for the survey crew, drill crew and testing lab are not required. d) Past Performance: Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. Firms must demonstrate experience in awards of successful designs and must demonstrate experience in evaluating contractors construction material and equipment submittals, shop drawings, and performing on-site construction surveillance. It is suggested that one relevant project per page is presented to ensure that scope of relevant projects are clearly defined and that participation by the proposed design team is fully identified and defined on past projects. e) Knowledge of Locality: Firms must demonstrate familiarity (primarily, but not limited to) with the geographical districts applicable to the areas and installations on which DODEA/DDESS facilities are located and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. f) Demonstrate past performance in preparing DOD, preferably U.S. Army Corps of Engineers, Design-Bid-Build type project packages and Design-Build projects to this announcement. DoDEA and DDESS school districts and locations can be located at their respective web sites. The Fort Worth District locations can be found at the Southwest District web site. This includes all applicable architectural criteria, building codes, environmental regulations, seismic requirements, wind loads, soil conditions, and regulatory agencies. SECONDARY criteria are as follows: g) Firms must demonstrate the ability to prepare specifications using Government furnished programs such as Specsintact. h) Firms must demonstrate the ability to prepare construction cost estimates using Government furnished programs such as M-CACES. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of M-CACES software. Identify specific projects on which M-CACES has been utilized. i) Firms must demonstrate the ability to submit drawings in both AutoCAD and Bentley Microstation utilizing current versions. Firms must demonstrate the ability to provide data files on CD-ROM discs. j) Firms must demonstrate the ability to create CAL raster files of all CAD drawings. k) Firms must demonstrate the ability to create PDF files of specifications and other documents. This includes scanning documents where direct file conversion to.pdf is not possible. l) Firms must demonstrate the ability to access the Internet. This includes the ability to submit date by File Transfer Protocol (ftp) utilizing an ftp client. Firms must demonstrate the ability to access and send e-mail several times daily during the contract. m) All narrative text, other than specifications, shall be completed using Microsoft Word and Excel on Windows 95/98/2000/MeNT compatible equipment or the word processing software utilized must be importable by MS Word (2000) and the spreadsheet utilized must be importable by MS Excel (2000) working in a Windows 95 or later environment. MS Access capability or a database that can be imported into MS-Access (2000) is also required. n) Subcontracting: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, in the proposed contract team, measured as a percentage of the estimated effort. o) Volume of DoD contract awards: Firms must show their last 12 months DoD contract awards stated in dollars. p) include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that the firm uses to ensure that a quality design is produced. 4.0 - SUBMISSION REQUIREMENT: Submittals shall be sent to: U.S. Army Corps of Engineers Attn: Michael Johns (817-886-1059) CESWF-CT-S 819 Taylor Street, Room (P.O. Box 17300) Fort Worth, Texas 76102-0300 Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition), as indicated below to the above address not later than 4:00 p.m. (Central Standard Time) on August 21, 2009. Responding firms must submit a copy of a current (signed within the past 12 months) an accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Indicate in Block 3b of each SF 330, Part II if the firm is a Large, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. The prime shall submit only one SF 330, Part I for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. The lead firm on the team is the prime contractor. If the prime has more than one office, every one of its offices listed in Section C would be considered both a prime and a branch office. If the submittal is by a joint-venture, than the various key offices of the joint-venture listed would be considered both J-V partner and a branch office. If a subcontractor has more than one office, every one of its offices listed in Section C would be considered both subcontractor and a branch office. The A-E shall not include company literature with the SF 330. In Block No. 4 of the SF 330, Part II, provide the Dun and Bradstreet Number (DUNS) for the prime A-E or Joint Venture. The DUNS number must be for the firm performing the work; i.e., not the parent company DUNS number if the firm has branches, but a DUNS number specifically for the office, prime or branch performing the work. Each branch office, joint venture and/or subcontractor must have their own DUNS number. For assignment of DUNS numbers, contact the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at http://www.dnb.com. The DUNS procedures replace the previous ACASS system/procedures. In Block C of the SF 330, Part I, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. In Block G-26, along with the name, include the firm/location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also, include a Team Project Organizational Chart for each firm proposed. A maximum of 10 projects including the prime and consultants will be reviewed in Part I, Block F. Use no more than one project per page. In Block H of the SF 330, Part I, provide a narrative to address each of the requirements, to include a draft Design Quality Control (DQC) Plan. It shall include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. DOD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When demonstrating team capabilities, firms shall clarify planned capability, existing capability, and any prior experiences. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Do not exceed twenty (20) pages for Block H. Submittals shall be prepared using Standard English and must be written in a concise, yet clear and informative style. Submittals shall us a minimum 10 point Arial style font in preparing narrative elements and a minimum 10 point Arial style font in preparing tables. Submissions shall not include color elements although italics and/or underlining are acceptable for emphasis. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximum will be discarded and not used in evaluation of the selection criteria. Maximum page size shall be 8x11. Personal visits to discuss this announcement WILL NOT BE SCHEDULED. Solicitation packages are not provided for A-E contracts. 5.0 - POINT OF CONTACT: Contracting - Mr. Michael Johns, Contracting Specialist (817) 886-1059. E-mail your questions to US Army Engineer District, Fort Worth at Michael.johns@.usace.army.mil. Contracting Office Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-09-R-0153/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
Zip Code: 76102-0300<br />
 
Record
SN01884192-W 20090724/090723000227-5d7cc63e3a2ee953ce09f1f85f59b994 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.