Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

C -- Miscellaneous A-E Services for Fort Bragg DPW

Notice Date
9/14/2009
 
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, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0114
 
Point of Contact
Sabrina Bastine, Phone: 912 652-5943, Adrian Goolsby, Phone: 912.652.5289
 
E-Mail Address
sabrina.bastine@usace.army.mil, adrian.e.goolsby@usace.army.mil
(sabrina.bastine@usace.army.mil, adrian.e.goolsby@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Technical Point of Contract: Les Zuniga at 912-652-5547 or email: Leslie.A.Zuniga@usace.army.mil; Questions concerning subcontracting plan: Leila Hollis at 912-652-5340 or email: leila.hollis@usace.army.mil; and Contractual Questions to: Sabrina Bastine at 912-652-5943 or email: sabrina.bastine@usace.army.mil; Questions concerning SF330; Les Zuniga at 912-652-5547 or email: Leslie.A.Zuniga@usace.army.mil. **** 1. CONTRACT INFORMATION: This announcement is 100% set-aside for Small Businesses only. a) The Savannah District, U.S. Army Corps of Engineers requires the services of one Architect-Engineer (A-E) firm for a multidiscipline Indefinite Delivery Contract (IDC) for Ft. Bragg Department of Public Works (DPW) projects. This contract is being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. See numbered note 24 for general information on the A-E selection process. Firm will be selected for negotiations based on demonstrated competence for the required work. b) The contract awarded as a result of this announcement will be administered by the Ft. Bragg Directorate of Public Works for use on federal projects at Ft. Bragg or use on federal projects under the jurisdiction of the Savannah District. All Architects and Engineers (AE) are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 - Construction Contracts with Architect-Engineer Firms. Any AE that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. If awarded a contract resulting from this announcement, AE's are reminded that they may decline to accept a task order, which is appropriately placed on the contract, only in accordance with the terms and conditions of FAR contract clause 52.216-19 Order Limitations. Contracts may be issued up to one year after selection approval. Contract limits and contract size will be determined at the time of selection. c) Typically, the contract will be for one basic ordering period and three option periods with a total contract limit of $4,500,000. Work will be issued by negotiated firm-fixed price task orders. These task orders are firm fixed price. Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to the contract will be based on the following factors: (1) Performance and quality of deliverables under the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, and (3) Equitable distribution of work among identical contracts. The North American Industry Classification System (NAICS) is 541310 with a size standard of $4.5 million. To be eligible for 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. 2. PROJECT INFORMATION: Work may consist of preparation of reports, studies, project planning, design criteria, preparation of drawings and specifications, cost estimates, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. The work primarily consists of the design of renovation and repair to vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as horizontal construction projects (airfields, roads, ranges, etc. The firm may be required to provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All design must comply with the Ft. Bragg Design Guide. All drawing files must be delivered in the (*.dgn) format and Geo-referenced to NAD 83 State Plane Feet. All drawing files will be developed using the Tri Service AEC Standard. The standards include naming convention, file and directory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Facilities Guide Specifications (UFGS). 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory, based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 (Specialized Experience and Technical Competence) and Factor 2 (Key Personnel) are weighted equally and each factor individually is more important than Factor 3 (Past Performance), Factor 4 (Work Management), Factor 5 Knowledge of Locality and Factor 6 (Geographic Proximity) and significantly more important than Factor 7 (Volume of DoD Contract Awards). Past Performance, Work Management, Knowledge of Locality and Geographic Proximity are weighted equally and each factor individually is more important than Volume of DOD Contract Awards Volume of DOD Contract Awards will only be used as a *tie-breaker* among firms that are essentially technically equal. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. **** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): a. Design of renovation and repairs of existing facilities or utility systems of various types, sizes, and complexities. b. Design of projects on Special Operations Forces, Army or Air Force installations; c. Application of Anti-Terrorist/Force Protection criteria; d. Cost engineering using M2; e. Sustainable design utilizing LEED rating tools; f. Preparation of the development of the technical information for design-build Request for Proposals; g. Design of projects in restricted or high security areas h. Construction phase services including shop drawing review and preparation of O&M manuals. Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and most recent firm and employee history of experience on similar projects. **** FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis and in the following key disciplines, that are required to be licensed, registered, and/or certified: architect (2), structural engineer (2), civil engineer (2), mechanical engineer (2), electrical engineer (2), fire protection engineer (1), geotechnical engineer (1), land surveyor (1), and certified industrial hygienist (1). Resumes shall be provided for other key personnel as follows: project manager (2), interior designer (1), cost estimator (1), and landscape architect (1). Registration/certification for all is encouraged. The fire protection engineer must be either: an engineer having a BS or MS degree in fire protection engineering, from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; or, a registered PE who has passed the NCEE fire protection engineering written exam; or a registered PE in a related engineering discipline with a minimum of 5 years experience dedicated to fire protection engineering. Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. **** FACTOR 3 - PAST PERFORMANCE. Past performance on DOD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous five years. **** FACTOR 4 - WORK MANAGEMENT. A proposed management plan shall be presented in Section H of SF 330. The plan will be judged on experience producing quality designs based on an evaluation of the firm's design quality management plan. The design quality management plan should include an organization chart in Section D of SF 330 and briefly address the management approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. Address the firm's capacity and necessary experience to perform two simultaneous $500,000 task orders in a 180-day period. **** FACTOR 5 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area where work is anticipated to be accomplished. ****FACTOR 6 - GEOGRAPHIC PROXIMITY: Proximity of main or branch offices to Ft. Bragg. **** FACTOR 7 VOLUME OF WORK. Volume of DOD contract awards in the last 12 months. **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 11:30 a.m., Eastern Standard Time on 6 Oct 2009. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Interested firms are responsible for ensuring that the SF 330 is submitted by the deadline. Firms may experience equipment or telecommunications failures and should allow sufficient time for the failures to be resolved and the submission received by the Government. Firms should not assume that these electronic submission failures result from a fault in the Government's system or that submissions will be accepted after the deadline if an electronic failure is experienced. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is associated. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at the website above. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at (912) 652-5703. Interested firms are responsible for ensuring that the SF 330 is submitted by the deadline. Firms may experience equipment or telecommunications failures and should allow sufficient time for the failures to be resolved and the submission received by the Government. Firms should not assume that these electronic submission failures result from a fault in the Government's system or that submissions will be accepted after the deadline if an electronic failure is experienced. **** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-R-0114/listing.html)
 
Record
SN01954426-W 20090916/090915002013-c2c34fc83b663e5b972eceeb305346ec (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.