Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SPECIAL NOTICE

C -- Multi-Discipline Design and Construction Phase Services as it Relates to Design, Brooks Act Procured, in support of Military Projects within the Southwest Region

Notice Date
2/11/2011
 
Notice Type
Special Notice
 
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-11-R-0119
 
Response Due
3/14/2011
 
Archive Date
5/12/2011
 
Point of Contact
Andy Nelson, 817-886-1055
 
E-Mail Address
USACE District, Fort Worth
(andrew.j.nelson2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THE PREVIOUS SPECIAL NOTICE POSTING DID NOT INCLUDE THE ENTIRE PARAGRAPH 3 ENTITLED "SELECTION CRITERIA" WITH ALL CORRESPONDING SELECTION ITEMS. THE PARAGRAPHS BELOW REPLACE THE PREVIOS PARAGRAPH 3, IN ITS ENTIRETY. 3. SELECTION CRITERIA: The firms rated most highly qualified may attend an in-person or a conference call interview with the USACE Fort Worth District office as required by the source selection board. The interview will take place approximately seven (7) days after the Selection Board completes their evaluation. The primary presenter/speaker must be the proposed Program Manager although a maximum of three other critical and significant members of their team may assist. At this interview, the firms will be required to present information on: 1) The composition of the project team (i.e., present information on the qualifications of all firms on the team) and the respective roles and responsibilities of firms comprising the project team; 2) How the team will be effective, integrated, and managed by the prime contractor; 3) The goals, vision, overall approach that would benefit the execution of the program; 4) The proposed significant contributions and qualifications of the key personnel identified in the submission; 5) The roles and responsibilities of each of the key personnel based on the requirements and tasks stated within the synopsis; 6) Related and relevant program and project experience of comparable size; and 7) Familiarity with the requirements of local, state and Federal governing agencies in the geographic area. Additional questions or items for discussion may be requested a minimum of a week prior to the presentation or/conference call. Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria: (a) through (f) are primary criteria; items (g) through (i) are secondary and are used as tie-breakers among technically equal firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (Ensure that all special 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, e.g., type in the requirement and then type in your response): (1) Firms must demonstrate recent experience (within the past 5 years) and significant experience in projects including multi-use facilities and multiple concurrent design contracts with emphasis on large urban design and land development, architectural themes, guidelines, and architectural integration, major and complex utility systems, infrastructure, drainage, grading, design, service/command unique requirements, value engineering, sustainable design requirements related to site, and environmental issues. (2) Firms must demonstrate specialized experience in Construction Management including complex project scheduling and infrastructure and facility integration with multiple project sites, trouble shooting, technical analysis, design and construction phasing of infrastructure and impacts on multiple facility footprint, construction oversight and coordination. (3) Firms must demonstrate experience in information, document, and communication management, control, and the utilization of current software for data collection, data management, data analysis, data presentation and decision making (i.e. GIS webpage, electronic databases, project management software, change control systems, filing systems, and systems that allow access to technical documentation). (4) Firms must demonstrate experience and technical competence with respect to cost control, 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 the performance schedule for complex and large multi phase, multi-million dollar program. (5) Firms must demonstrate site design and construction integration between infrastructure and facilities experience in planned communities. (6) Firms must demonstrate corporate and individual experience in leadership and management of Sustainable Design between various parties to attain LEED compliance and provide sample projects or programs that have been LEED certified. Firms must also demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. Coordinate efforts between multiple stakeholders to achieve LEED compliance in a complex program footprint. (7) Firms must demonstrate experience in coordinating with multiple teams; manage multiple task orders, customers, agencies, and contractors. (8) Firms must demonstrate experience in programming and master planning including urban and regional planning and New Urbanism. (9) Firms must demonstrate the ability to prepare specifications using the Government the Government furnished program, Specsintact, and Construction cost estimates by using Government furnished programs, MCACES or MII. Design Team members must demonstrate prior experience in the use of MCACES. (10) Firms must demonstrate the ability to submit drawings in AutoCAD and MicroStation utilizing current versions (11) Firms must demonstrate experience in 4D visualization capabilities for use in presentations and as master planning and design tools. Demonstrate a maximum of ten examples within the past 5 years. (b) PROFESSIONAL QUALIFICATION AND CAPABILITIES: The Design Team will require, (either in house or through consultant) as a minimum, the following: One Program Manager, two Project Managers, one Project Controls Manager, one Scheduling Manager, one Safety Officer, one Physical Planner, One Registered Architect, two Registered Landscape Architects, two Registered Electrical Engineers, one Registered Mechanical Engineer, three Registered Civil Engineers, one Registered Structural Engineer, Technical Writer with a professional degree in Engineering or Architecture, two LEED accredited professionals familiar with compliance of sustainability requirements during design and construction, two certified environmental survey personnel (asbestos, lead based paint, soil, etc.), two environmental design personnel (asbestos, lead based paint, soil, etc.), one Value Engineer, two experienced MCACES or MII Cost Estimators, one Registered Communications Distribution Designer, one Registered Surveyor and survey crew, a GIS Specialist, CADD expert, a geologist or soils engineer and geotechnical drill rig and crew to collect soil borings and samples, and a Corps certified testing lab (Geotech and Environmental-asbestos, lead based paint, soil, etc.). NONE of the required personnel can be dual disciplined, i.e. a separate employee must be on the Design Team for each stated requirement above to meet the personnel required. The number of personnel are all estimated, more or less may be needed at any time depending on program needs and or requirements. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically listed. Resumes shall include experience in the type of work as outlined in this solicitation. Resumes for the survey crew and drill crew are not required. Current Corps testing lab certification shall be submitted with the SF 330. Key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize personnel in the performance of this contract for which resumes were not submitted prior to award, the firm shall prior to the utilization of these personnel, submit their resumes to the Selection Board chairman for approval. The qualifications of the submitted personnel must be equal to or better than those whose resumes were submitted. 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 will address qualifications of key management personnel. Special note: This solicitation requires the resumes for the team members involved in the recruiting, hiring, management, supervision, and training of the professional personnel.. Submit resumes with SF330 of all personnel that are known at the time of the SF330 submittal and submit resumes for the professional personnel to be hired for this contract, once the personnel are identified. (c) PAST PERFORMANCE: Firms must demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. 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 six years. (d) CAPACITY: Firms must demonstrate adequate team capacity to coordinate, design, and manage multiple task orders concurrently meeting all program milestones. Firms must demonstrate adequate team capacity to perform five $2,000,000 task orders concurrently, and the ability to meet unforeseen schedule changes. (e) Firms must demonstrate experience in evaluating contractors' submittals and performing construction surveillance. (f) KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity with the Southwestern Region and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, regulatory agencies, and labor markets in the SWD areas, primarily Ft. Bliss, Texas. The following, items (g) through (i) are secondary criteria: (g) Volume of Department of Defense (DoD) contract awards and dollars over the past 12 months. In Section H, Part I, SF 330, firms must show their last 12 months DoD contract awards stated in dollars. (h) Geographic proximity of the project. Proximity of the team to the core project region defined as Texas/New Mexico. (i) SUBCONTRACTING: Firms must show the extent of participating of SB, SDB, WOSB, Service Disabled VOSB, VOSB and HUBZone SB in the proposed contract team, measured as a percentage of the estimated effort. The greater the participation, the greater the consideration will be for this factor. THE RESPONSE DATE/TIME IS UNCHANGED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-R-0119/listing.html)
 
Record
SN02378897-W 20110213/110211234643-548f723eb0b8b2447de0fa844f1b55cc (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.