Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

C -- TWO MULTI-DISCIPLINE ARCHITECT-ENGINEER INDEFINITE DELIVERY CONTRACTS FOR SECURE PROJECTS IN SUPPORT OF REAL PROPERTY SERVICES FIELD OFFICE, BALTIMORE DISTRICT

Notice Date
9/22/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-09-R-0067
 
Response Due
10/22/2009
 
Archive Date
12/21/2009
 
Point of Contact
Allison Scannell, 410-854-0744
 
E-Mail Address
US Army Corps of Engineers, Baltimore
(allison.scannell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Two (2) Firm Fixed Price Indefinite Delivery Contracts (IDCs) for Architect Engineer (A-E) Services are required to primarily support the Baltimore Districts Real Property Services Field Office (RSFO) programs. The majority of the work will be for the Baltimore District-RSFO but the contracts can be used anywhere throughout the North Atlantic Division with Baltimore District approval. The North American Industry Classification System (NAICS) code is 541330, which has a small business size standard maximum of $4,500,000. Awards will be for Indefinite Delivery Contracts with a five-year period. Each contract will be an unrestricted competitive acquisition fixed price with a maximum award amount of $100,000,000. These IDCs are required for various military, intelligence community, and other government projects executed by the Baltimore Districts RSFO. The firm must be capable of responding to and working on multiple task orders concurrently. Task orders will be awarded based on the A-Es current workload and its ability to accomplish the order in the required time, geographic location, type of services required, previous installation experience, including customer satisfaction, and performance and quality of deliverables under the current IDC. Project sites may be located anywhere within the continental United States (CONUS). Contracts may be issued up to one year after selection approval. The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subject to the prohibitions and restrictions of the Federal Acquisitions Regulations (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest. Services will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. No firm will be selected for more than one contract as a prime. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows; (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $3,000. (2) In making selection of the awardees to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, and the Contracting Officer may consider the quality of previous task orders, responsiveness of previous task orders, cost control, the firms strength and previous experience in relation to the work requirements, and geographic location described in the scope of work for each task order. Options may be included in individual task orders. To be eligible for contract award, a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet site at http://www.ccr.gov/Start.aspx or by contacting the CCR Assistance Center at 1-888-227-2423. Subcontracting Plan Requirements: The Architect-Engineer selected shall be required to submit a subcontracting plan with the final proposal. All interested A-E firms are reminded that in accordance with the provisions of FAR sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum extent practical. The plan must be consistent with Section 806 (b)(2) of PL 99-661, PL 100-180, and PL 100-656. Subcontract awards to Small Disadvantaged Businesses (SDB), Historically Black Colleges & Universities (HBCUs) and/or Minority Institutes (MIs) should be included in the plan. The following subcontracting goals are considered to be reasonable and achievable. Award approximately 70 percent of the total subcontracting dollars to all small business concerns, 6.2 percent of the total subcontracting dollars to small disadvantaged business, to include historically black colleges and universities or minority institutes, 7 percent of the total subcontracting dollars to women-owned small businesses (WOSB), 3 percent of the total subcontracting dollars to veteran-owned small businesses, 0.9 percent of the total subcontracting dollars to service disabled veteran-owned small business, and 9.8 percent of the total subcontracting dollars to HUBZone small business. The plan is not required with this submittal. The wages and benefits of service employees (See FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The work may consist of site investigations, planning, master planning, programming, feasibility studies, surveys, geotechnical investigations, permitting, charrettes, and the preparation of reports, studies, design criteria, design build requests for proposal, designs, and other general A-E services for multi-disciplined new construction projects, alterations, renovations, maintenance and repair, tenant fit-up and operations for military, and other, non-military government agencies. The firm may be required to provide construction phase and other services including, but not limited to preparation of operation and maintenance manuals, site visits, shop drawing reviews, technical assistance, on-site representation and commissioning/start-up/fit-up design support. Projects may include, but are not limited to secure and non-secure data, information management and electronic communications facilities; non-medical laboratories and research facilities; military testing facilities; administration facilities; warehouses; infrastructure upgrades; medical facilities; community support facilities; recreational and physical fitness facilities. 3. SELECTION CRITERIA: The following selection criteria are in equal order of importance, and shall all be addressed: (a) PROFESSIONAL QUALIFICATIONS: Key management personnel and personnel in each discipline listed below must possess valid current final Top Secret Security Clearances. Also, the firm making this proposal must possess a final Industrial Security Facility Site Clearance of Top Secret at any office listed under the Work and Design Quality Management selection criteria. It is mandatory that the Contractor maintains a balanced work force with a significant cadre of cleared Top Secret personnel to work in such areas. Interim Top Secret Clearances and Interim Facility Site Clearances will not be accepted. Interested firms shall provide all clearance information for proposed personnel submitted in the SF 330, Section H. The proposed design team(s) must possess registered/certified and licensed personnel with Top Secret Clearances and experience in the following disciplines: project management, architecture, communications and related systems engineer, civil, structural, environmental, electrical, geotechnical (soils engineer), land surveying, mechanical, fire protection, building commissioning, landscape architect, interior design, cost estimator, certified industrial hygienist (CIH) and Leadership in Energy and Environmental Design (LEED). In addition, the team(s) must provide experienced personnel with a valid current final Top Secret Clearance in the following areas: IT/Telecommunications, Master Planning, CADD operations, and Security. Also, the team(s) must provide experienced personnel with a valid current final Top Secret Clearance in the areas of: Construction Inspection /Quality Assurance, Construction Materials Testing, Safety and Construction Management. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. Non-domestic owned A-E firms which do not currently possess Industrial Security Clearance or cannot divest foreign ownership will not be considered eligible. ALL personnel working under this contract must be U.S. citizens. (b) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The firm must demonstrate specialized experience and technical competence of the design team in the following, which are listed in descending order of importance: (1) Design of new facilities of various types and sizes utilizing: Unified Facilities Criteria (UFC) documents as applied by DOD; Unified Facilities Guide Specifications; U.S. Army publications Security Engineering Series TM 5 853-1, 2, 3; analysis and implementation of antiterrorism/force protection (AT/FP), physical security, sensitive compartmented information facilities and electromagnetic shielding requirements (DCID 6-9); Whole Building Design Guide (WBGS), U.S. Green Buildings Council Leadership in Energy and Environmental Design (LEED) ratings, Construction Criteria Base (CCB) ; (2) Design of high density, Tier III data centers, including substation designs equal to or greater than 30MW; (3) Rehabilitation of existing facilities, also, of various types and sizes utilizing the criteria list in (1) above; (4) Preparation of project programming documents such as master planning studies and DD Forms 1391 and experience in conducting both planning charrettes and design charrettes; (5) Preparation and development of the technical information for design build request for proposals; (6) Experience with task order contracts and handling multiple task orders simultaneously; (7) Application of construction cost control through appropriate design and construction techniques on projects during fluctuating markets to insure projects remain within budget; (8) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (9) Obtaining of all necessary permits; (10) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (11) Asbestos and lead paint surveys and testing services; (12) Computer resources and knowledge of the current versions of AutoCAD and Micro Station. The example project information shall Include and identify work completed under current and/or recently completed Indefinite Delivery Contracts in the examples. Include Contract number(s), Point(s) of Contract, telephone number(s), and e-mail addresses for each project offered as examples in Section F of the SF330. (c) WORK AND DESIGN QUALITY MANAGEMENT PLAN: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, professional registration, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. There shall be a discussion on how the AE will provide or have the capability to provide; encryption capability at the For Official Use Only (FOUO) level, secure file transfer, video teleconference capability and secure communications. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Due to security issues and the requirement that all individuals working on this contract be US citizens, it is likely travel from the AE home office may be necessary. Therefore, the geographic location of the firm, especially relative to the Baltimore/Washington, D.C. area will be considered in order to evaluate the firms knowledge of the potential project locations since response time for certain projects may be critical. It is mandatory that the contractor have a final TS Facility Site Clearance for the office location(s) required to perform work for this contract. All travel will be in accordance with the Joint Travel Regulations (JTR) (d) PAST PERFORMANCE: Provide examples of Past Performance of the design team(s) on projects performed, especially within the past 5 years. The project list should include past and/or current contracts with the Department of Defense (DOD) and with other Government Agencies and/or private industry. Provide specific examples within this past performance project list of multi project management, quality of work, compliance with performance schedules, cost control, and estimating accuracy. Special Attention shall be provided to past performance that demonstrates expert skill in creative and innovative solutions to complex problems. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each branch office of the prime contractor and all sub-contractors that have a key role in the proposed contract to the address below, no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses with the announcement number to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Allison Scannell, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Russell Marsh at (410) 962-4477 or russell.e.marsh@usace.army.mil. Contracting questions should be directed to Ms. Allison Scannell at (410) 854-0744 or allison.scannell@usace.army.mil. These forms shall be submitted to the above address not later than 3:00 P.M. on October 22, 2009. An original and four copies of the SF 330 submission are required. Part I of the SF 330 shall have a page limit of 100 pages. A page is one side of a sheet. Foldouts are discouraged; if used, they will count as two pages. Be advised that the Baltimore District does not maintain SF-330s at this office. Font size shall not be smaller than 12 fonts. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. NOTE: In order to maintain total objectivity in the AE selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. This synopsis is in reference to sources sought number W912DR-09-S-0007 previously issued on 26 March 2009. This is not a request for proposal. Please do not request a solicitation package for this project. This is strictly Architect Engineering, (NAICS Code 541330) submittals of SF 330s only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-09-R-0067/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN01966195-W 20090924/090923003017-9aafb3e8bbb5f7cbf9c2298b01624e11 (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.