Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
MODIFICATION

C -- A-E IDIQ CONTRACT FOR ELECTRICAL AND MECHANICAL DESIGN, ABBREVIATED DESIGN, ELECTRIAL AND MECHANICAL SYSTEM STUDY, AND CONSTRUCTION SUPPORT SERVICES, PRIMARILY FOR JOINT BASE LEWIS-MCCHORD (JBLM), WASHINGTON AND ITS SUB-INSTALLATIONS.

Notice Date
1/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW11R0009
 
Response Due
1/27/2011
 
Archive Date
3/28/2011
 
Point of Contact
Min K. Schwartz, 253-966-3220
 
E-Mail Address
USACE District, Seattle
(min.k.schwartz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Any questions regarding this solicitation should be addressed to kathaleen.schollard@usace.army.mil, Phone: (253) 966-4369. The following pre-solicitation notice is modified. The purpose of this modification is to 1) advise contractors that ALL sections of the SF330 shall be completed and submitted; 2) extend the due date for the SF330 submission for this pre-solicitation notice from 24 January 2011 to 27 January 2011, 2:00 p.m. Pacific Standard Time; 3) to make corrections to the SF330, Part 1, SECTION F, CRITERION (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE and SF 330, PART 1, SECTION E, CRITERION (2) PROFESSIONAL QUALIFICATIONS as posted in the pre-solicitation modification of 10 January 2011. The complete, modified pre-solicitation notice included "for your convenience" in that modification was correct and requires no change. The "replace with" paragraphs for Criteria 1 and 2 identified in that pre-solicitation modification, were incorrectly stated. As such, this modification deletes those stated Criteria 1 and 2 and replaces them with the following: SF 330, PART 1, SECTION F, CRITERION (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm. Submission Requirements: For the proposed team, provide a maximum of ten (10) specific, completed projects that best illustrate overall team experience. Projects submitted must have been completed within the past three (3) years from the date qualifications submittals are due. Completed projects are defined as those in which the firm's performance of the task for which it was hired (i.e. design and/or construction support services) was complete. Include within block 24 of the SF330, Section F, a brief narrative for each project. Discuss conformance to scope, adherence to performance schedules, limiting changes and delivering a product that satisfies the requirements. The evaluation will consider current and former relationships between the prime A-E firm and its proposed sub-consultants. Projects that demonstrate specialized experience and technical competence in the following types of work may be evaluated more favorably under this criterion: 1) projects that include design of fire protection and other life/safety systems; 2) projects that include renovation of electrical and mechanical systems in occupied facilities; 3) projects that include the replacement and repair of electrical utility system components and control systems ; 4) projects that include electrical and mechanical system analysis and modeling, including, but not limited to: arc flash hazard analysis, protective device coordination, and development of protective device settings; 5) projects that include development and update of utility system Geospatial Information System (GIS) databases; 6) projects involving development, commissioning, and design of Supervisory Control and Data Acquisition (SCADA) Systems and automation of electrical (and other) utility systems; 7) projects involving Direct Digital Control Systems (Tridium Management Control System); 8) projects requiring anti-terrorism/force protection (AT/FP) criteria knowledge; 9) projects completed on a military installation, particularly recent projects completed on Joint Base Lewis-McChord; and 10) projects in one or more of the following experience areas: renovation of facilities, remodeling of facilities, or minor new construction, with primary focus on electrical and/or mechanical systems. SF 330, PART 1, SECTION E, CRITERION (2) PROFESSIONAL QUALIFICATIONS of key personnel to be assigned to this contract. Resumes shall be provided for key personnel and proposed sub-consultants for all A-E disciplines, including electrical, mechanical, fire protection, civil, structural, environmental, architectural and interior design, sustainable design and cost engineering. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. Key personnel are defined as lead designers for key disciplines, Project Manager and Quality Control Manager to be assigned to this contract. Key personnel proposed are required to be licensed or certified professionals, as applicable. The evaluation will consider education, training, registration, overall and relevant experience and longevity with their firm. For sub-consultant key personnel, the evaluation will also consider current and former relationships with the prime A-E firm. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. It is expected that the individuals identified as key personnel will be the individuals performing these positions under the resulting contract. Any changes to the proposed key team members after submission of qualifications MUST be approved by the Contracting Officer. Submission Requirements: Provide brief resumes of each proposed team member who will specifically perform the major tasks in the disciplines listed above under this contract. Provide the highest level of education achieved and the number of years engaged in the discipline. Each resume shall include a maximum of five (5) specific, recently completed projects that best illustrate the individual member's qualifications for the position for which the key member is being proposed. Recent is defined as projects completed within the past five years from the date qualification submittals are due. Completed projects are defined as those in which the firm's performance of the task for which it was hired (i.e. design and/or construction support services) was complete. Projects submitted where the key member has performed in the role proposed for this contract may be evaluated more favorably. Recent projects completed on Joint Base Lewis-McChord may also be evaluated more favorably for this criterion. In the SF 330, Part 1, Section D, provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the branch office location of each team member. For your convenience, the following is the complete, modified pre-solicitation notice: 1. PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT THE SF330 DOCUMENTS IS CONTAINED HEREIN. QUESTIONS PERTAINING TO THIS ANNOUNCEMENT SHOULD BE ADDRESSED TO KATHALEEN SCHOLLARD AT KATHALEEN.SCHOLLARD@USACE.ARMY.MIL. The Seattle District Corps of Engineers has a requirement for an Architect-Engineer Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for Electrical and Mechanical Design, Abbreviated Design, Electrical and Mechanical System Study, and Construction Support Services at Joint Base Lewis-McChord (JBLM) and its Sub-Installations. This procurement will be evaluated using Brooks Act (PL-92-582) procedures and FAR Part 36. THIS IS AN UNRESTRICTED ACQUISITION OPEN TO ALL QUALIFIED BUSINESS CONCERNS. The scope and purpose of this IDIQ contract will be for the preparation of design-bid-build and design-build solicitations involving electrical and mechanical disciplines, new construction as well as renovation and repair projects, electrical and mechanical system studies, and related construction support services for Joint Base Lewis-McChord (JBLM) Washington and its sub-installations. Individual Task Orders to be assigned under this contract will identify specific requirements. (A) DESCRIPTION OF WORK: The Architect-Engineer (A-E) shall perform all or part of the following design services, as identified in individual Task Orders: 1. General Scope: Prepare full or abbreviated designs, drawings, specifications, preliminary studies, sketches, layout plans, surveys, reports, engineering calculations, and design-bid-build and design-build Request for Proposal (RFP) packages and cost estimates for a variety of projects involving the maintenance, repair, alteration and/or new construction of projects, mainly involving electrical and mechanical services at Joint Base Lewis-McChord and its sub-installations and projects assigned to Seattle District, USACE. Designs may also include design-build projects requiring preparation of material takeoffs and bills of materials. The Government may provide government designs, drawings, specifications, and standards for buildings, structures and other facilities as necessary to assist the A-E firm in meeting the requirements of the proposed project. The number of copies of the RFP packages, designs, studies, sketches, plans and reports to be furnished to the Government will be set forth in each individual Task Order. 2. Cost Estimates: A portion of the task orders may include designs with detailed cost estimates utilizing the Army Job Order Contract (JOC) Computerized Pricing Guide (CPG) WinEst. WinEst is a Windows based RS Means database program designed for IBM PC compatible computers. This CPG system has been selected for use as the cost basis for all work under the JOC and may also be used for negotiated orders under the JBLM Multiple Award Task Order Contracts (MATOC). The CPG contains more than 55,000 unit price construction line items for the description of work to be accomplished and for the unit of measure specified. Line item costs will be determined by multiplying the RS Means Bare Costs by the nearest available City Cost Index to localize the bare costs. The localized bare costs are then multiplied by the JOC or MATOC Contractor's coefficient. Cost estimates shall be automated utilizing the latest version of the automated pricing system. Multiple annual databases may be utilized depending on the date estimates are prepared or the terms of the individual JOC and MATOC contracts. Cost estimates not generated out of WinEst may also be required for designs that will result in award of a construction task order against a Single Award Task Order Contract (SATOC) or sole source stand alone contract where negotiations with only one contractor will be required. As such, effort under Task Orders may also include supporting government project managers in their negotiations with contractors prior to award of construction Task Orders. 3. Types of Projects: Projects may consist of mechanical, electrical, fire protection, civil, and/or architectural design or analysis, landscape design, interior design, and incidental hazardous material abatement surveys and reports. Some examples of projects include: i. Repair and construction projects involving HVAC systems and components, lighting, wiring, communications, fire protection and alarm systems, intrusion detection systems, and CCTV systems. ii. Repair and construction projects involving electrical utility system improvements, including installation and coordination of protective devices such as relays, reclosers, and fuses or sectionalizers; updates/improvements to SCADA systems, and repair/replacement/upgrade of major system components such as feeders and substations. iii. Analysis of electrical and mechanical systems, including but not limited to arc flash analysis, protective device coordination, condition assessments and inventories, and commissioning of SCADA, DDC, and HVAC systems. iv. Construction support services (as described in Section 11. of this synopsis) to include evaluation of construction contractor proposals, designs, review and recommendation of material submittals, provision of random construction inspection, and design of contract modifications beyond the original scope of design services. 4. Electrical and Mechanical System Study Services: The A-E shall perform all or part of the following electrical and mechanical system study services as specifically identified in the individual task orders: i.Perform site visits and visual inspections necessary to obtain information and data, including installation of monitoring or measuring equipment to capture demand or utilization data. ii.Develop accurate electrical and/or mechanical system one-line diagrams to provide Government personnel accurate representation(s) of installed systems. iii.GIS mapping and updates to utility system databases, including map production, data interpretation and analysis, and standardization of information in database fields/tables/attributes. iv.Perform condition assessments and development of recommended maintenance and replacement schedules for electrical and mechanical system components and equipment, including creating photographs and drawings and creation of supplementary files for use with utility system GIS databases. v. Perform systems analysis and review, including, but not necessarily limited to, load flow, fault current, and arc flash hazard analysis, protective device coordination, and development of protective device settings. vi.Develop electrical and mechanical system models utilizing commercially available software with specific requirements as defined in each task order and conduct training in the use of model software for personnel designated by the Government. vii.Perform electrical and mechanical system commissioning, including, but not necessarily limited to DDC, HVAC, and SCADA systems. 5. Anti-Terrorism / Force Protection (AT/FP): Provide services relating to mechanical and electrical aspects of Anti-Terrorism/Force Protection (AT/FP) criteria needed to ensure that designs and solicitations meet the current DoD criteria for these areas of engineering and construction, as required by individual task orders. AT/FP is defined as measures designed to deter and defeat threats directed toward the facility and its users and to reduce the vulnerability of persons and property to terrorist acts. 6. Value Engineering: Conduct incidental Value Engineering studies using a certified value specialist as part of the team, when required. 7. Hazardous Material Studies: Prepare incidental environmental studies such as asbestos and lead surveys, testing of samples, and specifications for disposal of the same. 8. Sustainable Design and Development (SDD): Incorporate the concept and principles of SSD into planning and infrastructure maintenance and repair projects to ensure that designs and solicitations meet the current DoD criteria for these areas of engineering and construction. SDD is defined as the systematic consideration of an activity, product or decision life-cycle impacts on the environment, energy use, natural resources, economy and quality of life. 9. JBLM Environmental Management System: Adhere to the JBLM Environmental Management System by committing to: i. Comply with all applicable environmental policy, laws, and regulations and The PW EMS which conforms to the criteria defined in the international standard, ISO 14001:2004 Environmental management systems. The installation's environmental policy can be found at www.lewis.army.mil/publicworks, click on Environmental, and then click on PW Environmental Policy; ii. Identify potential sources of pollution and meet or exceed Army goals for prevention of pollution; iii. Assess the effect on the environment of activities, products, and services throughout their life cycles. Set objectives and targets to minimize adverse environmental impacts. Implement and monitor programs to achieve objectives and targets; iv. Actively pursue continual improvement in environmental management. v. Prepare environmental studies and plans to include field investigations, data collection and analyses, report writing and remedial designs. 10. Additional A-E Firm Requirements: i. Obtain the necessary permits, licenses, and approvals from all local, State and Federal authorities as necessary for the performance of the A-E's services. ii. Prepare informal shop drawings, abbreviated design analysis, and estimates incidental to the job for Task Order contracts, in-house construction, or troop construction. iii. Perform limited surveying and geotechnical services. 11. Construction Support Services: The A-E shall perform construction support services, including such tasks as the following and as specifically identified in the individual Task Orders: i. Prepare a Supplemental Construction Data memorandum consisting of additional data necessary for construction: important systems or components, items with long lead times, required construction sequences, possible conflicts, permits required by the contractor, design and engineering required by contractor, vendor-specific specifications etc. ii. Review, check for adequacy and accuracy, and provide recommendation regarding Government acceptance of construction contractor's material submittals, safety plans, quality control plans, schedules and shop drawings. iii. Review construction contractor proposals and assist project managers in the preparation of negotiation positions. iv. Review value engineering proposals and modification changes, and attend pre-construction and in-progress meetings to provide technical recommendations. v. Prepare drawings, cost estimates, design analyses, sketches and other engineering documents for use in contract modifications. vi. Conduct asbestos and lead inspection surveys in accordance with the Asbestos Hazard Emergency Response Act (AHERA) and all other Federal, state and local regulations. vii. Provide technical and specialized inspection service, including field visits, to monitor construction work. viii. Assist the Government in conducting the final construction inspections and prepare list of construction deficiencies to provide to the Government. (B) SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The selection will be based on the following criteria: Criterion 1, Specialized Experience and Technical Competence (SF 330, Section F); Criterion 2, Professional Qualifications (SF 330, Section E); The remaining Criteria are to be addressed in SF 330, Section H: Criterion 3, Past Performance; Criterion 4, Capacity; Criterion 5, Knowledge of the Locality; Criterion 6, Extent of Small Business Participation; Criterion 7, Geographical Proximity; and Criterion 8, Equitable Distribution of Work. Criteria (1) through (5) are PRIMARY criteria and will be evaluated for all firms. Criteria (6) through (8) are SECONDARY criteria and shall only be used as tie-breakers should the application of criteria numbers (1) through (5) result in firms being rated as technically equal. Criteria are listed in descending order of importance. SF 330s will be evaluated to determine the most highly qualified firm. Evaluating Past Performance may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. In evaluating an Offeror's capability, the Government may consider how well the offeror complied with these instructions. All projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract; projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Submission Requirements: The SF 330 Part 1 is limited to 50, 8.5"x11" pages, not including tabs/page dividers or table of contents. Minimum font size is 10. Submit the following: a) One (1) original and four (4) copies of the SF 330, including a completed Part II for the firm and key sub-consultants. Please note that a separate SF330, Part I is not required for each sub-consultant. PRIMARY CRITERIA: SF 330, PART 1, SECTION F, CRITERION (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm. Submission Requirements: For the proposed team, provide a maximum of ten (10) specific, completed projects that best illustrate overall team experience. Projects submitted must have been completed within the past three (3) years from the date qualifications submittals are due. Completed projects are defined as those in which the firm's performance of the task for which it was hired (i.e. design and/or construction support services) was complete. Include within block 24 of the SF330, Section F, a brief narrative for each project. Discuss conformance to scope, adherence to performance schedules, limiting changes and delivering a product that satisfies the requirements. The evaluation will consider current and former relationships between the prime A-E firm and its proposed sub-consultants. Projects that demonstrate specialized experience and technical competence in the following types of work may be evaluated more favorably under this criterion: 1) projects that include design of fire protection and other life/safety systems; 2) projects that include renovation of electrical and mechanical systems in occupied facilities; 3) projects that include the replacement and repair of electrical utility system components and control systems ; 4) projects that include electrical and mechanical system analysis and modeling, including, but not limited to: arc flash hazard analysis, protective device coordination, and development of protective device settings; 5) projects that include development and update of utility system Geospatial Information System (GIS) databases; 6) projects involving development, commissioning, and design of Supervisory Control and Data Acquisition (SCADA) Systems and automation of electrical (and other) utility systems; 7) ) projects involving Direct Digital Control Systems (Tridium Management Control System); 8) projects requiring anti-terrorism/force protection (AT/FP) criteria knowledge; 9) projects completed on a military installation, particularly recent projects completed on Joint Base Lewis-McChord; and 10) projects in one or more of the following experience areas: renovation of facilities, remodeling of facilities, or minor new construction, with primary focus on electrical and/or mechanical systems. SF 330, PART 1, SECTION E, CRITERION (2) PROFESSIONAL QUALIFICATIONS of key personnel to be assigned to this contract. Resumes shall be provided for key personnel and proposed sub-consultants for all A-E disciplines, including electrical, mechanical, fire protection, civil, structural, environmental,, architectural and interior design, sustainable design and cost engineering. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. Key personnel are defined as lead designers for key disciplines, Project Manager and Quality Control Manager to be assigned to this contract. Key personnel proposed are required to be licensed or certified professionals, as applicable. The evaluation will consider education, training, registration, overall and relevant experience and longevity with their firm. For sub-consultant key personnel, the evaluation will also consider current and former relationships with the prime A-E firm. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. It is expected that the individuals identified as key personnel will be the individuals performing these positions under the resulting contract. Any changes to the proposed key team members after submission of qualifications MUST be approved by the Contracting Officer. Submission Requirements: Provide brief resumes of each proposed team member who will specifically perform the major tasks in the disciplines listed above under this contract. Provide the highest level of education achieved and the number of years engaged in the discipline. Each resume shall include a maximum of five (5) specific, recently completed projects that best illustrate the individual member's qualifications for the position for which the key member is being proposed. Recent is defined as projects completed within the past five years from the date qualification submittals are due. Completed projects are defined as those in which the firm's performance of the task for which it was hired (i.e. design and/or construction support services) was complete. Projects submitted where the key member has performed in the role proposed for this contract may be evaluated more favorably. Recent projects completed on Joint Base Lewis-McChord may also be evaluated more favorably for this criterion. In the SF 330, Part 1, Section D, provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the branch office location of each team member. SF 330, SECTION H, CRITERION (3) PAST PERFORMANCE of the firm and the project team on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. In its evaluation of past performance, in addition to information submitted by the firm, the Government will consider information obtained from the Past Performance Information Retrieval System (PPIRS) and any other sources deemed necessary by the Government. Firms are encouraged to contact the appropriate government Project Managers, Contracting Officers, or Contracting Officer's Representatives to ensure ACASS evaluations have been submitted on completed government projects, particularly for those projects submitted under Criteria 1 and 2. Submission Requirements: Provide a brief narrative that demonstrates past performance and indicates effectiveness on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. It is the responsibility of the firm to explain how the past performance information is relevant to the proposed contract. Firms may also provide information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Identify recent awards, commendations, and other performance evaluations outside of ACASS. Past performance of the following types of projects may be given additional consideration under this criterion: 1) recently completed DOD contracts and/or projects identified in Criteria 1 and 2; 2) projects performed by key personnel or major sub-consultants under the proposed team structure; 3) projects that include fire protection and other life/safety systems; 4) projects that include renovation of electrical and mechanical systems in occupied facilities, lighting designs, and sustainable design; 5) projects that include the replacement and repair of electrical utility system components and control systems; 6) projects that include electrical and mechanical system analysis and modeling, including, but not limited to: arc flash hazard analysis, protective device coordination, and development of protective device settings; 7) projects involving development and update of utility system Geospatial Information System (GIS) databases; 8) projects involving development, commissioning, and design of System Control and Data Acquisition (SCADA) and automation of electrical (and other) utility systems; 9) projects involving Direct Digital Control Systems (Tridium Management Control System); and 10) projects in one or more of the following experience areas: renovation of facilities, remodeling of facilities, and minor new construction, with primary focus on electrical and/or mechanical systems; 11) projects completed on a military installation, particularly projects completed on JBLM; 12) projects requiring anti-terrorism/force protection (AT/FP) criteria knowledge; SF 330, SECTION H, CRITERION (4) CAPACITY of the proposed team to accomplish the work of the required type and the dollar amount stated in this announcement. Submission Requirements: Describe the firm's ability to utilize an adequate number of personnel in key disciplines and the proposed team's ability to complete several large and small Task Orders concurrently requiring quick turn-around. Indicate the firm's present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Indicate specialized equipment available. Firms that demonstrate a comprehensive plan to manage several large and small Task Orders concurrently, and that show availability of resources for surge support, may be evaluated more favorably under this criterion. SF 330, SECTION H, CRITERION (5) KNOWLEDGE OF THE LOCALITY of the contract as it relates to engineering design, particularly on Joint Base Lewis-McChord (JBLM) and its sub-installations. Submission Requirements: Provide a narrative that describes and illustrates the team's knowledge of work in the area of JBLM and its sub-installations. Firms that can demonstrate knowledge of the local area's geological features, climatic conditions, historical building preservation knowledge, and/or local construction methods may be rated more favorably for this criterion. SECONDARY CRITERIA: SF 330, SECTION H, CRITERION (6) EXTENT OF SMALL BUSINESS PARTICIPATION (including Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) minority institutions) in the proposed contract team, measured as a percentage of the total estimated effort. Submission Requirements: Both large and small firms responding to this announcement shall provide a brief narrative identifying the extent to which Small Businesses (SBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), HUBZone Small Businesses, Small Disadvantaged Businesses (SDBs), Woman-Owned Small Businesses (WOSBs), and Historically Black Colleges/Universities or Minority Institutions (HBCU/MIs) would be used in the performance of this proposed contract as well as the firm's prior level of commitment to using these small businesses in the performance of prior contracts. A subcontracting plan is not required with this submittal. Firms demonstrating a high level of utilization of small business in sub-consultant roles may be evaluated more favorably under this criterion. SF 330, SECTION H, CRITERION (7) GEOGRAPHICAL PROXIMITY to Joint Base Lewis-McChord (JBLM). Submission Requirements: Identify the Firm's location of main offices, branch offices, and sub-consultants offices. Describe and illustrate the team's availability to work in the geographical area. Address ability of the firm to ensure timely response to requests for on-site support. Firms with a local office near JBLM may be evaluated more favorably under this criterion. SF 330, SECTION H, CRITERION (8) EQUITABLE DISTRIBUTION OF THE WORK. Submission Requirements: Provide a list of DOD contracts awarded in the last 12 months. Include the dollar amount for each DOD contract/task order awarded. Firms with multiple offices shall indicate which branch office is/was responsible for each project. Include agency phone numbers and points of contact. (C) GENERAL INFORMATION: This announcement will result in the award of an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The effective period of the contract shall be a one-year base period with the option to extend for four (4) additional one-year option periods. Work under this IDIQ contract will be issued by firm-fixed-price Task Orders. The contract will have an individual Task Order limit of $500,000 (five-hundred thousand dollars) per Task Order. The maximum value of all work issued under the contract will be limited to $5,975,000 over five years. The minimum guarantee for the contract shall be $2,500. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial task order. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from participating in the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. The primary North American Industrial Classification System (NAICS) Codes for this procurement are 541330 "Engineering" and 541310 "Architecture". The small business size standard is $4.5 million. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less over the last three fiscal years. This announcement is issued unrestricted and open to all businesses, regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for the Seattle District, which will be considered in the negotiation of this contract, are: a. At least 50% of planned subcontracting dollars be placed with Small Businesses (SB). b. At least 17 % of planned subcontracting dollars be placed with Small Disadvantaged Business (SDB) concerns. c. At least 18% of planned subcontracting dollars be placed with Women Owned Small Business (WOSB) concerns. d. At least 10% of planned subcontracting dollars be placed with HUBZone small business concerns. At least 8.5 % of planned subcontracting dollars be placed with Veteran-Owned Small Business (VOSB) concerns. f. At least 4.0% of planned subcontracting dollars be placed with Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor's Registration (CCR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log on to Internet web site at http://www.ccr.gov. FIRMS SLATED AS MOST HIGHLY QUALIFIED: To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. Submittals should be mailed or delivered to Ms. Kathaleen Schollard, USACE Seattle District, CECT-NWS-S (Schollard) at 4735 E Marginal Way S, Seattle, Washington 98134-2329. One (1) original and four (4) copies of the submittal package are due not later than 2:00 PM Pacific Standard Time (PST) on Thursday, 27 January 2011. Submittals received after this date and time will not be considered. Accordingly, firms are advised to plan for potential delays in delivery including, but not limited to, weather, traffic, building security, etc. No e-mail or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS PROCUREMENT IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESSES.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW11R0009/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02362104-W 20110121/110119233824-68f92bfda430fefbfdb7c1fb34d8eca9 (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.