Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
MODIFICATION

C -- Indefinite Delivery Contract M-902 for General Architect Engineering services, primarily within West Point, New York and other Corps of Engineers locations within NAD/MSC Boundaries.

Notice Date
11/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-10-R-0001
 
Response Due
12/15/2009
 
Archive Date
2/13/2010
 
Point of Contact
Lauren K. Oliver, Phone: 9177908086
 
E-Mail Address
lauren.k.oliver@usace.army.mil
(lauren.k.oliver@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: This contract is procured as a Small Business Set-Aside. The NAICS Code is 541330 (size standard $4.5 million average annual receipts for preceding three fiscal years). The number one ranked Small Business firm will be selected for negotiations 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 contract. 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. The selected Small Business firm will need to demonstrate capability to perform at least 50% of the contract work listed below in accordance with EP 715-1, Chapter 3-8 c which can be found at http://140.194.76.129/publications/eng-pamphlets/ep715-1-7/toc.htm In particular, in order to be awarded a small business contract the concern will perform at least 50 percent of the cost of the contract incurred from personnel with its own employees. Any subcontractor and outside associates or consultants required by the contractor (prime A-E firm) in connection with the services covered by the contract will limit to individuals or firms that were specifically identified and agreed to during negotiations the contractor shall obtain the Contracting Officers written consent before making substitutions 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 concurrences of any of these events and provide the following information to the Contracting Officer: Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new 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. Approximately award date: 30 March 2010. The wages and benefits of services 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 employees office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Registered 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 A-E firm selected for this contract will be responsible to utilize the Army Contractor Manpower reporting (CMR) system and will be required to report certain information to the Army CMR system. For additional information see https://contractormanpower.army.pentagon.mil. 2. PROJECT INFORMATION: A-E services may include but not be limited to the following: Design Work Analysis Geotechnical Reports Pre-Design Site Assessments Value Engineering Topographic Surveys Wetlands Delineation and Mitigation Preparation of Permits and Obtain Permits Preparation of Concept Designs, Final Designs, and Site Plans Design Charrettes Parametric Designs Technical Specifications Cost Estimating using M-CACES Building Information Modeling (BIM) Sustainable Design/LEED Development of Design Criteria for Design Build Contracts. Construction phase services, including but limited to shop drawing review, design during construction, commissioning, site visits, preparation of construction documents, etc. could be included as options on Task Orders. Examples of potential repair or renovation project include: Whole building renovation, repairs or replacement of architectural elements, building seismic upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems: asbestos and lead abatement services related to building renovation or demolition: renovation of historic structures, and Academic Facilities. Examples of new buildings and structures includes: Academic Facilities, Academic Labs, Vehicle Maintenance Facilities, Sport Facilities, Administrative Facilities, Industrial Facilities, Ranges, Training Facilities, Pavements/hardstands, Barracks/Dorms, and Dining Facilities. Projects designed under this contract may require to obtain security clearance as well as having physical security measures in place before firm can do the work. Security clearances are not required at the time of selection or award of contract. 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. Demonstrate ability to prepare construction bid documents, concept designs, final designs, design charrettes, design work involving site investigation, geotechnical reports, topographic surveys, wetland delineation and mitigation, preparation of permit applications and obtain permits, preparation of contract drawings, technical specifications, SHPO Coordination, design analysis similar to the categories listed in paragraph 2 Project Information. Project completed before December 2003 will not be considered. 2. Demonstrated experience with the following projects: administrative facilities, vehicle maintenance facilities, industrial facilities, training facilities and infrastructure systems, whole building renovation, replacement of architectural elements, building seismic upgrade; force protection upgrades, mechanical, electrical, fire/protection/detection systems; asbestos and lead abatement services or demolition; renovation to historic structures. Projects completed before December 2003 will not be considered. 3. Demonstrate ability to prepare cost estimates in the latest version of M-CACES and have experience in MII (m2) software and PACES. In the event that the firm does not have experience in MII (M2) software and PACES, it shall demonstrate how cost estimating procedures are included in the development of the design and how market conditions are included in the construction cost estimate. 4. Demonstrate ability to prepare construction phasing plans and other services that may include preparation of operation and maintenance manuals, shop drawing reviews, design during construction, commissioning, site visits, similar to the categories listed in paragraph 2 Project Information. Projects completed before December 2003 will not be considered. 5. Demonstrate ability to produce quality design. Evaluation will be based on the firms design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures 6. Demonstrate the ability to provide a QA/QC plan indicating how the prime plans to manage their team to ensure that quality products are prepared. 7. Demonstrate the ability to use Building Information Modeling (BIM) technology. 8. Demonstrate ability to prepare CADD drawings. Deliverables in Micro station or AutoCAD format will be required. Preparation of CADD drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-aided standard version (CADD). 9. Demonstrated capability to execute multiple task orders simultaneously. b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or sub-contractors/consultants with a professional staff consisting of the following disciplines. NOTE: resumes must be provided for each discipline. (1) Project Manager ( Licensed) (2) Quality Assurance Manager (based on the firms QA/QC Plan) (3) Architecture ( Licensed) (4) Structural Engineering (Licensed) (5) Civil Engineering (Licensed) (6) Mechanical Engineering ( Licensed) (7) Electrical Engineering Licensed) (8) Fire Protection Engineering (Licensed) (9) Cost Engineering (10) Geotechnical Engineering (11) Lead/Asbestos Abatement Inspector (12) Certified Industrial Hygienist (13) Licensed Interior Designer (Certification) (14) Land Surveyors (15) Anti-Terrorism/Force Protection Specialist (16) Historical Architecture Accredited LEED specialists (can be covered by one of the disciplines listed above) The evaluation will consider education, registration, and training and overall and relevant experienced using information from Section E of 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. Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01 as of the posted date off this announcement 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. Letter of recommendation from customers addressing your firms cost control, quality or 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: In an effort to expedite the selection process the A-Es are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key declines. 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 North Atlantic Division 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: Extend of participation and small business (including woman 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 West Point and 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 Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to 90 pages. Section E is limited to 40 pages. Each page shall be numbered. Section dividers dont 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 Advertised Solicitations Government solicitation. For information visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. Submit three (3) completed SF330s 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 24-Dec-2009 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-R-0001/listing.html)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02009780-W 20091125/091123235843-a5132c18956ab61f61d24cd3b5bcfda0 (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.