Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

C -- Indefinite Delivery Multi-discipline Architect- Engineer Services Contract, Primarily Various Locations, Alaska

Notice Date
3/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-11-R-0032
 
Point of Contact
Kimberly D. Tripp, Phone: (907) 7532549, Laura J Sheldon, Phone: 907-753-2525
 
E-Mail Address
kimberly.tripp@usace.army.mil, laura.j.sheldon@usace.army.mil
(kimberly.tripp@usace.army.mil, laura.j.sheldon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description PLEASE CONTACT Ms. Kimberly Tripp, Contract Specialist, at 907/753-2549 if you have questions regarding this announcement. (1) CONTRACT INFORMATION : This Indefinite Delivery multi-discipline contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Part 36 and the supplements thereto. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all businesses regardless of size. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000 in average annual receipts. To receive award contractors must be registered in the CCR. Register 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 FY 11 subcontracting goals for this contract are a minimum of 50.0% of the contractor's intended sub-contract amount be placed with small businesses, with 17% of that to small disadvantaged businesses, 18.0% to woman-owned small businesses, 10.0% to HUB Zone small businesses, 8.5% to Veteran-owned small businesses, and 4.0% to service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. Anticipate more than one contract, but no more than three contracts may be awarded. Contracts may be awarded concurrently or may be staggered at four (4) to six (6) month intervals. The contract type shall be indefinite delivery, firm fixed price, for $6 million over a term of 6 years. There is no specific task order limit except the limit of the contract. All responders are advised that this contract may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized (See FAR 52.232-18). This solicitation does not guarantee work to the selected firm. Award of the first contract is anticipated for the fourth quarter of FY 11. Telephonic interviews will be held with all of the highly qualified firms. The allocation of requirements between all concurrent contracts will be based on a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities, c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance, e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders, h. Understanding of local factors geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Prohibition of designer performing construction (AE-construction); n. Ease of negotiation completion; and o. Available personnel. (2) PROJECT INFORMATION : The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided include: the design of new structures, the renovation of existing structures, studies to include life safety code compliance, interior design, programming studies, landscape architecture, technical reviews (on behalf of the government) of other AE developed products, construction phase services, commissioning services (LEED both Fundamental and Enhanced) and development of Design/Build RFPs. Design of utilidors, airfield pavement, and communication systems may be required but are incidental to facility design. AE may be required to provide master planning services such as: facility master planning for various federal customers such as Army and Air Force, Installation and Real Property Master Planning, facility allowance analysis, economic and market analysis, preparation of Installation Design Guides, MILCON DD Form 1391 development and other programming level analysis. The AE and their subcontractors must have experience in cold regions design. The AE may be required to participate in programming, value engineering and design charrettes and project review conferences. The Government may require that designs be in metric and/or English systems of units. Products shall be produced to Corps of Engineers guidelines and specific formats as set forth by task order. The firm must demonstrate the ability to: Provide drawings in AutoCAD (version as required by the project); use the latest version of M II (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS); provide draft DD Form 1354 for design task orders, Transfer and Acceptance of Military Real Property; provide electronic bid set (EBS) documents; use SPECSINTACT for all projects unless otherwise directed in the task order; have capability in Building Information Modeling (BIM). Construction support services when required, include: participation in on-site partnering/pre-construction meetings; review construction contractor's submittals for government approval and for information only; participation in site visits and provide inspection reports at critical points of construction; participation in start-up and commissioning of the systems; attending warranty inspections; participation in lessons learned sessions; preparation of operations and maintenance support information manuals. The Government may require the AE to provide the Government Construction Management and Design Staff with Fundamental and Enhanced Commissioning Services for various projects. The Commissioning Services shall include individuals to serve as the Commissioning Authority on the project as described in the USGBC LEED Reference Guide 2009 Edition, Energy and Atmosphere Prerequsite 1 and Credit 3. These persons will support the Governement in verifying contract compliance regarding the design, construction and initial post-occupancy phase of the project delivery as it relates to enhanced commissioning. The Government may require the AE to prepare and review energy models prepared by others using DOE approved modeling software in accordance ASHRAE 90.1 Appendix G and UFC 3-400-01. The AE will be required to use the Dr. Check's design review and checking system (permissions and passwords will be distributed on a project-b y-project basis). Systems information required for Dr. Checks includes a web browser program, Windows Internet Explorer (Microsoft) version 4.0 or later is recommended; the web site is http://www.buildersnet.org/drchecks/. (3) LOCATION : Primarily various locations in Alaska, but may be utilized outside Alaska on an exception basis. Facilities will generally be located in arctic, subarctic, and cold region environments. (4) SELECTION CRITERIA : The following selection criteria are listed in the descending order of importance. Criteria (A)-(G) below are primary selection criterion. Criteria (H)-(J) below are secondary and will only be used as tie breakers among technically equal firms. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 (Part II) (6/2004) for each subcontractor. (A) Minimum requirements for professional personnel in the following disciplines, at least two disciplines from items 1 or 2 below must be represented by prime contractor staff: (1) The following required disciplines with professional registration and 10 years post degree experience : architects, mechanical, electrical, fire protection, geotechnical, civil, and structural engineers, (2) The following required disciplines must include at least one individual: landscape architect; cost estimator; environmental engineer (asbestos/HTRW certified); master planner; drafting; interior designer; and specification writer (if specification writer is not a separate discipline, please clearly describe how specifications will be produced), (3) Commissioning Authority Certified by AGC, NEBB, BCxA or TABB. (B) Specialized experience and technical competence in: (a) Design of new facilities in cold regions. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines. (b) Design of facility renovations, (c) Code compliance studies (d) Construction phase services (e) Preparing Design Build RFPs, (f) Interior design (g) Master planning and programming, (h) technical review of products developed by others, (i) Design charrettes (j) Landscaping, (k) Building Information Modeling (BIM). (C) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. (D) Quality control/quality assurance plan: please describe how it will be used to assure a quality product (to include discussion on roles, responsibilities and authorities of the team involved in QC/QA). The quality management plan must address the integration of work products of the entire team that is proposed. (E) Capacity to maintain schedules and accomplish required work on three simultaneous task orders. (F) Knowledge of locality. (G) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles as well as the qualifications of the key personnel that demonstrate their experience and training in sustainable design. Criteria H-J are secondary and will only be used as tie-breakers among technically equal firms: (H) Location of the firm in general geographical area of the projects and availability of AE staff to meet frequently with Corps personnel in the Alaska District Headquarters office in Anchorage, and construction Resident and Area offices in Anchorage and Fairbanks. (I) Volume of DOD contract awards in the last 12 months. (J) Extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (5) SUBMISSION REQUIREMENTS : Firms submitting their qualifications should provide TWO copies of the SF 330 and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330, describe the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I of the SF 330 must be submitted. Part II of the SF330 must be either submitted with Part I or the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the Online Representations and Certifications Application (ORCA) website. Offerors must mail or deliver SF330 packages to be received no later than the date and time stated on the Presolicitation Notice. Questions can be directed to the Contract Specialist/Contracting Officer listed below. Offerors are advised to plan accordingly. No arrangements will be made by the government to assist in SF330 package delivery. Day-pass procedures will not be used for delivery purposes nor are there pick-up services. No escort services will be provided. It is incumbent on the offeror to plan for unanticipated delays in delivery of SF330 package proposals. Due to heightened security at Government installations, visitors to the Elmendorf Air Force Base (Joint Base Elmendorf-Richardson (JBER) as of 1 Oct 2010) must use the Boniface Gate or Fort Richardson Gate (Visitor Centers). All vehicle occupants are required to wear seatbelts and hand-held cell phone usage by vehicle operators while driving on base/post is prohibited. Violators will lose their Base/Post driving privileges for these offenses. For offerors who will have their SF330 package hand-delivered, or use personal delivery services such as DHL, UPS or FedEx, the delivery must be by person, courier or personal delivery service with active base access. SF330 packages will be received no later than the date and time stated on the SF1442 or subsequent solicitation amendment at: Mailing Address: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Tripp, Rm 30) PO Box 6898 Elmendorf AFB, Alaska 99506-0898 Physical Address: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Tripp) 2204 3rd Street, Room 30 Elmendorf AFB, Alaska 99506 SF330 packages will be accepted in Room 30 during Alaska District Corps of Engineer business hours (7:30 AM to 4:30PM) Monday through Friday excluding holidays but not later than the date and time stated above or subsequent combined synopsis/solicitation notice amendment. Submitters are advised that the Alaska District Corps of Engineers building has limited access. Only the main door (in front under the Corps of Engineers red flag facing Second Street/Bluff Road) and the atrium doors (the tan addition to the main building located on Third Street/Fairchild Avenue) are open to individuals without a building pass. Room 30 is located in the basement near the DeCafe Lunchroom (turn right if using the main stairs or elevator). There is a date/time stamp located at the front desk in Room 30 and is the official clock used for SF330 package receipt. The Packaging that contains the SF330 package shall be marked: "Response to Presolicitation Solicitation Number: W911KB-11-R-0032, DO NOT OPEN" Contracting Division point of contact/telephone number: Kimberly Tripp at 907-753-2549 or e-mail kimberly.tripp@usace.army.mil. A secondary point of contact is Laura Sheldon, at 907-753-5575, laura.j.sheldon@usace.army.mil No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-R-0032/listing.html)
 
Place of Performance
Address: US Army Corp of Engineers, Alaska District, CEPOA-CT, P.O. Box 6898, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02399957-W 20110316/110314234220-3bdd4bf3c36761df47ab71a96ef148ae (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.