Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

C -- A&E Construction Management Services

Notice Date
4/19/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
BLF-04192011
 
Archive Date
6/2/2011
 
Point of Contact
Ken. Egbuna, Phone: 2023665211
 
E-Mail Address
ken.egbuna@dot.gov
(ken.egbuna@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
1. This is a Solicitation requesting the submission of qualification materials from Architectural and Engineering (A&E) firms that are interested in competing to be selected for the government award of a Time-and-material contract, which will be used for the provision of Construction Management services for the Maritime Administration (MARAD) during the construction of Beaumont Layberth Facility (BLF) in Beaumont, Texas. The A&E services, which the selected A&E firm will be required to provide, are mostly Construction Management relating to the MARAD's intended contract award for the BLF-construction; other services, which the selected A&E firm will be obligated to render, include: construction inspection, review of drawings, review of specifications, design analyses and cost estimate analysis; however, depending on the status of the project and the project oversight, the following A&E services may also be required: site investigation, surveying, drafting, and rendition of CADD services. The North American Industry Classification System (NAICS) code is: 541330. This announcement is unrestricted; thus, it is full and open to both small and large firms. The Proposal(s), which shall be submitted in response to this announcement, shall include a single page transmittal letter with only the bound qualifications document described herein attached to the letter. The Key Personnel defined in the Instructions for completion of the attached SF330 shall be listed on the Organizational Chart and shall be only those that are proposed to play a major role in the contract that will be awarded as a result of this solicitation; they will be herein after referred to as BLF Construction Management Team members. 2. A&E firms that desire to be considered for the provision of the above-mentioned Construction Management services must have one of its registered professional architects, registered civil engineers, and certified Quality Assurance personnel listed as the members of its BLF Construction Management Team. The following staff-members of the A&E firm may be required to provide construction management services: registered professional mechanical engineer, registered professional electrical engineer, registered professional civil engineer, registered professional structural engineer, registered professional environmental engineer, landscape architect, and a Leadership in Engineering and Environmental Design (LEED) accredited professional consultant; however, the A&E firm is not required to make any of them a member the BLF Construction Management Team. 3. BLF Construction Management Team members shall be experienced in the design and construction of marine facilities and environmental analysis for commercial and industrial facilities. 4. The duration of the A&E services requirement will be negotiated and awarded with a base period of 23 months with no option period. Contract will terminate with the completion of the project. The contract value is estimated to be in the range of $1Million and $2 Million. B. INSTRUCTIONS TO ARCHITECT-ENGINEER : 1. Complete one (1) Architect-Engineer Qualification Standard Form 330 (SF 330), which is attached to this announcement. Submission must be done electronically to ken.egbuna@dot.gov. Response to this notice (SF Form 330) must be received by the contracting office no later than 2.00 pm, Eastern Time, on May 18, 2011. Click on the following web link to download the SF 330 and its concomitant instructions: http://contacts.gsa.gov/webforms.nsf/0/21DBF5BF7E860FC185256E13005C6AA6/$file/SF%20330.pdf 2. The SF330 must fully address all Evaluation Factors in order for the Firm to be considered for selection per General Instructions and Individual Agency Instructions stated on the SF330 and per the additional MARAD Special Instructions provided herein. 3. Only the information specifically requested or otherwise permitted herein will be evaluated. 4. The Firm Organization Chart, the customer recommendations, and the information specifically permitted herein shall be attached to the SF Form 330; and each provided on 8 1/2 x 11 sheets of paper. All other supplemental information provided with the SF330 shall not exceed 5 pages in total. 5. Any attached brochures, charts, data, or other information not requested that accompanies the SF 330 will not be included in the evaluation process 6. Firms not providing the requested information in the format directed by this synopsis may be negatively evaluated under the selection criteria. 7. For Reference Only Points of Contact at MARAD Contracting Office: Ken Egbuna, Contract Specialist: ken.egbuna@dot.gov. C. SUBMITTAL FORMAT WITH SPECIAL INSTRUCTIONS : Complete the attached SF 330 with all required information, bound with a plastic comb binding system between front and rear cover sheets, and a divider tab provided for each section titled with the information required in BOLD letters as indicated in this section "C. Submittal Format with Special Instructions". Special Instructions Part I of SF 330: Contract-Specific Qualifications Section A. Contract Information Special Instruction(s): (None) Section B. Architect-Engineer Point of Contact Special Instruction(s): (None) Section C. Proposed Team Special Instruction(s): (None) Section D. Organizational Chart of Proposed Team Special Instruction(s): Provide an Organizational Chart in ladder diagram format with a box for BLF Team, Project Manager, and for each mandatory discipline stated above for ARCHITECTURAL SERVICES and for ENGINEERING SERVICES. List the proposed BLF Construction Management Team members in the box under their respective discipline. Indicate each Team Member professional qualifications and employer; and designate the employer as the Principal Firm (PF), Branch Office (BO), Partnership(P), or Joint Venture (JV). Show with connecting lines the interrelationships within and outside of the A&E organization. Section E. Resumes of BLF Construction Management Team members Proposed for This Contract Special Instruction(s): Submit up to three (3) projects for each Member in which the proposed Team Member had a significant role that directly relates to the preparation of facility construction contract documents. Section F. Example Projects That Best Illustrate Proposed Team's Qualifications for This Contract Special Instruction(s): Submit no more than three (3) recently completed projects preferably with the same major role members proposed for the BLF Team, and categorized as follows: 1) Type of Project 2) Project Areas: 3) Using Organization: DOD, Federal Government, State of Texas, Private Enterprise 4) Complexity: Demonstrate the Firm's ability to coordinate various engineering disciplines and the multi-faceted aspects of phasing of construction to accommodate work under occupied conditions, Section G. Key Personnel Participation in Example Projects Special Instruction(s): Indicate the proposed BLF Construction Management Team members that played a major role in the design of the Example Projects listed in Section F. Special Instruction(s) for Part II of SF 330: General Qualifications of Firm, Branch Office, or Key Consultant Special Instruction(s): 1. Submit a separate Part II for each Firm branch office with proposed BLF Construction Management Team members. If no Branch Office(s) or Key Consultants, insert a blank sheet; and state Not Applicable 2. Submit the past performance data on each of the example projects listed in Section F that demonstrates the ability to prepare the required solicitation and the knowledge to review proposals for adequacy, cost efficiencies and technical competence to ensure the project is constructed on time and within budget. 3. Attach a narrative describing the Firm's team leaders approach to each phase of the contract to organize the team; coordinate meetings, document correspondences and surveys; insure design/construction quality control is accomplished and design/construction schedules are met. Each phase narrative shall not exceed one page. D. EVALUATION FACTORS : Evaluations shall be based entirely on the information submitted on the SF 330. There are 6 (Six) Evaluation Factors and the approximate weight as a percentage is stated in parentheses after each Evaluation Factor. Any other binders, photos, or other documents transmitted or bound with the SF 330 will be discarded. Each Evaluation factor is listed alongside the Section of the SF 330 which is expected to contain the most supportive data and information for that particular factor. The following Evaluation Factors will be used in the consideration of the information submitted: Part I, Section C. Proposed Team (2 Evaluation Factors) •1. 1. Geographical location is critical as on-site monitoring and interaction during construction. (15%) •2. 2. Knowledge of Texas maritime facility construction practices, modern construction practices such as use of recycled materials, energy efficient design, and current Environmental requirements for marine facilities is highly critical.(15%) Part I, Section D. Organizational Chart of Proposed Team (1 Evaluation Factor) 3.Team Leader's Experience: Consideration will be given to directly relatable experience of the Firm's team leader who will manage the construction project for the Government. (15%) Part I, Section E. Resumes of BLF Construction Management Team members Proposed for This Contract (1 Evaluation Factor) 4. Relevant Experience of the BLF Construction Management Team Member: Consideration will be given most to proposed BLF Construction Management Team members with greatest years of construction management experience on projects relating to marine facility construction, cost efficient building practices, recent date of completion, most complicated, number of disciplines. Consideration will be given least to maintenance/repair construction, non-maritime construction, and date of completion older than two years. In order to carry out an evaluation of the experience and the past performance of the contractors, consideration will be given to the projects, which the contractors will have listed in Section F (Part I) of the SF330; however, only the first five (5) listed projects will be considered. (20%). Part I, Section F. Example Projects That Best Illustrate Proposed Team's Qualifications for This Contract and ; Part I, Section G. Key Personnel Participation in Example Projects (1Evaluation Factor) 5. Role of the BLF Construction Management Team: Consideration will be given most to Firm with proposed BLF Construction Management Team members that played a major role in the construction of the Example Projects listed in Section F and to Additional Information submitted on the proposed BLF Construction Management Team members as it relates to the construction management needs of the BLF project. (20%). Part II, General Qualifications of Firm, Branch Office, or Key Consultant (1Evaluation Factor) 6. Reliability of the A&E cost estimates; Consideration will be given to Example Project data submitted that demonstrates the reliability of the A&E cost estimates; least consideration will be given to maintenance/repair construction, non-maritime construction, and date of completion older than two years. (15%).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/BLF-04192011/listing.html)
 
Place of Performance
Address: Beaumont, Texas, United States
 
Record
SN02428113-W 20110421/110419234917-2d7223554e191abe39c5402fcedbe734 (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.