Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

C -- Construction Phase Services, CPS, Brooks Act Procured, to support Military Construction Projects within the Southwest Region, primarily for the Fort Worth District. The Southwest Region refers to AR, AZ, CA, LA, NM, NV, OK, and TX.

Notice Date
6/14/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-10-R-0220
 
Response Due
7/13/2010
 
Archive Date
9/11/2010
 
Point of Contact
Terri Marshall, 817-886-1058
 
E-Mail Address
USACE District, Fort Worth
(terri.marshall@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: a. General: This requirement is being advertised as an UNRESTRICTED Single Award Task Order Contract, SATOC, and is open to all businesses, for Professional and Construction Phase Services, CPS, required to support various Military and some civil works Construction Projects which are generally within, but not limited to the Southwest Region to allow the flexibility of sharing capacity with other Corps Districts, outside SWD boundaries, but primarily for the Fort Worth District, at Fort Bliss, TX, and White Sands Missile Range, NM, in accordance with PL 582, Brooks AE Act, and implemented in FAR Part 36.6. The Southwest Region refers to the geographic area encompassing the States of AR, AZ, CA, LA, NM, NV, OK, and TX. A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000, $4.5M, in average annual receipts and corresponds to SIC Code 8711. This announcement is OPEN TO ALL BUSINESSES. The initial contract is anticipated to be awarded on or about October 2010. A single Indefinite-Delivery Indefinite-Quantity (IDIQ) contract may be awarded from this announcement for a total cumulative estimated minimum amount of $65,000,000 with a three year base period and two one year option periods for a total term of five years. The intent of this CPS Program is to award two Small Business Set-Aside (SBSA) contracts for $15M each to be advertised under separate announcements(W9126G-10-R-0208 and W9126G-10-R-0209), and one unrestricted contract for $65M. However, if no SBSA awards can be made, one IDIQ contract will be awarded from this announcement for a minimum estimated cumulative amount of $65,000,000.00 to a maximum estimated cumulative amount of $95,000,000.00 with a minimum guarantee amount of $10,000, for the three year base period only. The two one year option periods will have no guaranteed amount. Only Architect or Engineering firms may compete for this contract per FAR 36.6. Price will not be used as a criterion for selection. There will be NO design services included in this contract. Notice Organizational Conflict of Interest. The work to be performed may create an actual or potential organizational conflict of interest on future acquisitions. Offerors should refer to FAR subpart 9.5 ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST. An organizational conflict of interest can arise when a contractor possesses an economic incentive that renders it unable, or potentially unable, to provide impartial assistance or advice; or an unfair competitive advantage in obtaining a contract as the result of access to nonpublic information about a competitor or procurement. When an organizational conflict of interest arises it can have serious implications for the contractor that can range from disclosure obligations to disqualification from an award. Accordingly, some restrictions on the future activities of the contractor and its subcontractors may be required. And, these restrictions may include prohibiting the contractor or its subcontractors from participating in a contract or a task order. A contractor which participates in preparing design drawings or documents for future construction contracts may be prohibited from providing CPS for that contract. However, in future procurements, the contractor or its subcontractors may request a determination of its ability to participate in a particular procurement from the Contracting Officer. Proposals submitted for procurements or services for which the contractor or its subcontractor is later determined to have an organizational conflict of interest shall be submitted at the risk of the contractor or its subcontractors. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The Architect Engineer, AE shall furnish all personnel, services, materials, supplies, office space and supervision required to fully complete each task order. Task Orders issued against the contract awarded under this announcement may be used by other Corps of Engineers Offices. c. Contract Award Procedure: Professional Labor Rates will only be increased once every 12 months and any task order issued at any time within the 12-month period must use the rates of the period in which the task order is executed by the Contracting Officer. New rates go into effect only at the end of the 12 month period. The proposed services will be obtained by a Negotiated Firm Fixed Price contract. The proposed services will be obtained by a Negotiated Firm Fixed Price Contract. To be eligible for contract award, a firm must be registered in the Central Contractor Registration, CCR. Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: Construction Phase Services, CPS are required to support construction activities and may include tasks supporting projects under construction or to be constructed for Military projects. This may include civil works projects. Projects are anticipated to be primarily in support of Fort Worth District, Southwest Region U.S. Army Corps of Engineers at Ft. Bliss, TX, and White Sands Missile Range, NM. However, Task Orders under resultant IDIQ contract may on a limited basis be awarded by SWF for use in other Corps of Engineer Districts and other DOD agencies. The AE firms will act as an independent contractor and not as an agent of the US Government and shall in accordance with the terms and conditions of the contract furnish all labor and supervisory management required for the performance of the work that will be described in separately issued task order Scopes of Work, SOW. The AE shall be required to perform all or part of the construction management and oversight, contract performance support, General Construction Quality Assurance Services, General Construction Administrative Assistant services and all other services related to CPS services. The specific nature of the work to be performed will be as contained within the individual task order scopes of work. It is the intent of this contract to issue work by means of separate task orders on behalf of the U.S. Army Corps of Engineers, USACE. The A-E will provide a CPS Quality Assurance, QA, team to support the Governments Construction Management of the Fort Bliss Expansion Program with emphasis on Quality Assurance of the construction. The CPS QA Team will provide field office support to the Program Resident Office in charge of the construction contract. Construction Phase Services are required to support current construction activities and may include tasks supporting projects not yet in construction. Required services include a broad range of engineering and construction activities including, but not limited to, assistance and support to field offices, project management, project coordination, tracking and reporting daily job activities, develop scope of work for construction modifications, construction QA, and reporting, review of contract documents and shop drawings, review of NAS schedules and QC plans, LEED support, design reviews, upward reporting and presenting, review of Quality Control plans, Storm Water Pollution Prevention Plans, Safety Plans, preparation of cost estimates and modifications to construction contracts, and investigation, and reporting of construction contractor claims. The firm selected will be required to provide between an estimated 40-140 personnel on site from one 1 to five 5 years. The number of assignees is estimated to be between 5-68 personnel who will be associated with QA services and an estimated 1-5 Civil Engineering Technicians and an estimated 1-5 schedulers. Additionally, the firm selected will also be required to provide an estimated 1-5 project managers (professional degree), an estimated 1-10 professional licensed engineers and an estimated 1-20 project engineers (engineering degree), registered LEED AP, registered and non registered Architects, registered and non registered mechanical engineers, registered and non registered structural engineers, registered and non registered electrical engineers, Certified Value Specialist (CVS), fire protection engineers, soils engineering, NAS schedulers, BIM, Building Information Modeling, specialist, etc. The number of personnel is an estimate, however, more or less may be needed at any time depending on program needs and or requirements. This mix of disciplines is not all inclusive. A Task Order for more or less than the numbers estimated may be awarded. The A-E shall furnish as applicable and required by individual task orders, all facilities, supplies, equipment and material, and do all tasks necessary for the performance of the work described in the various task order scopes of work. In addition, the AE shall furnish all required personnel, equipment, instruments, transportation, office space, etc., as necessary to accomplish the required CPS and contract management services that are required. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a. through e. is primary. Criteria f. through h. are secondary and will only be used as tie-breakers among technically equal firms. Experience can be from outside SWD boundaries and it can also be from the private sector or other governmental entities; i.e. similar staffing support for the Texas Department of Transportation, Dallas Rapid Area Transit, etc. (a). SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must demonstrate experience with respect to cost controls, project controls (to direct and manage development and implementation of key project control requirements such as master scheduling, field scheduling support, and document control management), quality assurance and compliance with performance schedule for a large multi-million dollar program. Firms should have the capacity and capabilities necessary for providing dedicated staff and resources, quickly. Firms shall demonstrate experience in Project Management, Construction Management, including complex scheduling, phasing, construction oversight, daily project reporting, and project coordination. Ensure that all specialized experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330 and all SF 330 submittals are numbered to correspond to the numbering shown in this synopsis--type in the requirement and then type in your response. Firms must document significant and recent experience, within the past 5 years, in supplying personnel to perform work on a variety of sites within the timeframe required. Demonstrate a maximum of ten examples within the past 5 years. Firms must demonstrate the ability to provide personnel for a full range of professional services to include, but not limited to: project managers, experienced cost engineers, registered and non registered Architects, registered and non-registered civil engineers, registered and non-registered mechanical engineers, registered and non-registered electrical engineers, NAS schedulers, certified value engineers, and geologists or soils engineers. (b). PROFESSIONAL QUALIFICATIONS AND CAPABILITIES: Professional experience shall indicate working knowledge and understanding of current industry standards for construction oversight of vertical and horizontal construction (e.g. IBC, ASHRAE 90.1,). Experience providing required personnel based on an evaluation of the firms Construction Management Placement Plan, CMPP. The CMPP shall be presented in Section H and shall include an organization chart of existing personnel and their locations. It shall address management approach and specific procedures for hiring and maintaining highly qualified local personnel to be on the site within the geographic proximity of Ft. Bliss, TX, and White Sands Missile Range, NM within 30 days after a task order is awarded. The plan shall address the firms capacity to provide staff for a period of 1 to 5 years to accomplish multiple simultaneous task orders to range from approximately $10M for a $65M contract and approximately $14M for a $95M contract; of work of the required type in a one year period. The evaluation will consider the experience of the firm and consultants in similar contracts, and the availability of an adequate number of personnel in key disciplines. All key personnel shall be shown on the organizational chart in Section D of SF 330. Resumes shall be provided for the key personnel in Section E of SF 330. Resumes shall address qualifications of key management personnel and overall relevant experience and longevity with firm of key management and technical personnel. Special Note: This solicitation requires the resumes for the teams personnel involved in the recruiting, hiring, management, supervision and training of the professional personnel that will be provided. Submit resumes with SF330 of all personnel that are known at the time of SF330 submittal and submit Resumes for the professional personnel to be hired for this contract, once the personnel are identified. (c). CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must demonstrate adequate team capacity to perform two $10M task orders concurrently for the $65M contract, and two $14M task orders concurrently for the $95M contract and the ability to meet unforeseen schedule changes. (d). 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. (e). KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity with the labor markets in the SWD areas, primarily Ft. Bliss, TX, and White Sands Missile Range, NM. The following, items f through h, is secondary criteria: (f.) SB AND SDB PARTICIPATION: Firms must show the extent of participation of Small Business, Service Disabled Veteran Owned Small Business, SVOSB, Veteran Owned Small Business and HUBZone Small Business, and Women-Owned Small Business on the proposed contract team, measured as a percentage of the estimated effort. The greater the participation presented, the greater the consideration. g. VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms shall show their last 12 months DOD contract awards stated in dollars, see details in a subsequent paragraph. h. Geographic Proximity: Proximity of the team to the core project region defined as Texas and New Mexico. 4. SUBITTAL REQUIREMENT: Submittals shall be sent to: U.S. Army Corps of Engineers, Attn: Ms. Sharon Roberson, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300, One hard copy and one electronic copy, Word or PDF on a CD is required. a. Interested firms, single firms or joint ventures, having the capabilities to perform this work must submit one copy of an SF 330, 6/2004 Edition, including Parts I & II as described herein, to the above address no later than 2:00 p.m., Central Time, on the response date indicated above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail shall not be accepted. Personal visits to discuss this announcement will not be allowed. b. Submit only one completed SF 330, Part I from the prime for the construction phase services team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team, prime, other offices of the prime firm and consultants, proposed for the contract. Do not include company literature with the SF 330. It shall not be considered. c. Use no smaller than 10 point, Arial font. All pages MUST BE ON PAPER 8 x 11 INCHES. Front and back side use of a single page will count as two 2 pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART I ADDITIONAL INSTRUCTIONS: a. In Section C, identify the discipline and service to be supplied by the Prime, Prime Branch offices as applicable and each consultant. b. In Section E, provide brief resumes of the on-staff employees of the Prime, and consultant staff employees you intend to use to perform the work. c. In Section F, a maximum of 10 projects for the total proposed team shall be provided. Use no more than one page per project. Specify the percentage and type of work each firm actually performed on each listed project. d. In Section G, Block 26; include the firm and office 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 Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team, prime, applicable prime branch offices and each subcontractor as identified in Part I, Section C, integrates into the composite team. e. In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. Number your proposal paragraphs to correspond to the paragraphs in this synopsis. Offeror shall type in the requirement listed in the synopsis and then address the requirement. When addressing team capabilities; clarify planned capability, existing capability, and prior experiences, if any. 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 herein. Under paragraph 3g above, provide an itemized summary of DOD awards to include Agency, Contract No. Task order No., Project Title and amount. Note that award of Task Orders to IDIQ contracts should be summarized as to the actual work performed on the Task Orders and list the Task Order award amounts by providing the dollar amount range of all Task Orders. Indicate the estimated percentage involvement of each firm on the proposed team. DO NOT EXCEED 20 PAGES, front and back of a page counts as two pages, FOR SECTION H. Pages in excess of the maximums listed shall not be used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART II. ADDITIONAL INSTRUCTIONS: a. Responding firms must submit a hard copy and electronic copy of a current and accurate SF 330, Part II for the specific prime, Joint Venture if applicable, as well as other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed with original or copy of a electronic signature, signed within the past 3 years is required, and dated. A firm may be rated as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, Veteran Owned Small Business 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. b. In Block No. 4 Part II, provide the Data Universal Number system, DUNS, issued by Dun and Bradstreet Information System, 866-705-5711 or online at Dun & Bradstreets Official website (www.dnb.com), for the prime A-E or Joint Venture and all branch offices and subcontractors proposed to perform work. The DUNS number must be for the firm or joint venture performing the work, i.e., not the parent company DUNS number, but a DUNS number specific to the office performing the work. Each branch office and or joint venture MUST have their own DUNS number. c. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions shall not be accepted. Contractors may view and or download this solicitation and all amendments at the following internet address: www.fbo.gov. It is the offerors responsibility to monitor the FBO web site, using the above link, for amendments to the solicitation. Use of this website requires prior registration in the Central Contractor Registration (CCR) and the Federal Business Opportunities (FBO) databases. You may register with the CCR at http://www.ccr.gov/. Once youve completed the CCR registration, you may register in FBO at www.fbo.gov. You must be registered with the CCR to receive a government contract award. Points of Contact: Contracting Ms. Sharon Roberson, 817-886-1053, Technical Mrs. Prabha Sharma 817-338-8664. ALL QUESTIONS MUST BE in writing and E-mailed to US Army Engineer District, Fort Worth, TX: sharon.b.roberson@usace.army.mil. This is not a request for proposal. ALL TIMELY SUBMITTALS RECEIVED WILL BE CONSIDERED. PLACE OF PERFORMANCE: Southwest Region (primarily for Fort Worth District, Fort Bliss, TX, and White Sands Missile Range, NM, Southwest Region refers to AR, AZ, CA, LA, NM, NV, OK, and TX.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-10-R-0220/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02176512-W 20100616/100614234342-7a77ae61fe78653f5e8e2be6c76b814d (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.