Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2011 FBO #3683
MODIFICATION

C -- Multi-discipline Indefitine Delivery Contract for Architect-Engineer Services

Notice Date
12/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-12-R-0017
 
Point of Contact
Inge Lawson, Phone: 912/652-5315
 
E-Mail Address
ingeborg.a.lawson@usace.army.mil
(ingeborg.a.lawson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
**** 1. CONTRACT INFORMATION: This announcement is 100% set-aside for Small Business in Region IV, including GA, AL, FL, MS, NC, SC, KY and TN ONLY. a) The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for one multi-discipline Indefinite Delivery Contract (IDC). This contract is being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. See numbered note 24 for general information on the A-E selection process. Firm will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. Contract awarded as a result of this announcement will be administered by Savannah District for use on federal projects under its jurisdiction and if requested other Corps of Engineers Districts. This contract may be issued up to one year after selection approval. This contract will consist of one ordering schedule that will not to exceed one year. The total amount of the contract over the one year ordering period may not exceed $750,000. Work will be issued by negotiated firm-fixed price task orders. Task orders will be primarily for large projects with a construction value greater than $5 million; however as required, smaller projects will be executed under these contracts. These task orders are firm fixed price. Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: (1) Performance and quality of deliverables under the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, (3) Proximity of the firm to the project site and familiarity with design criteria/codes and construction methods used at the locality and (4) Equitable distribution of work among identical contracts. The North American Industry Classification System (NAICS) 541330; size standard $4.5 million. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (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. **** 2. PROJECT INFORMATION: Work will predominately consist of providing value engineering services by following the Value Engineering methodology expressed by the Society American Value Engineers (SAVE) using simple Value Engineering Study Reports. This primarily consists of utilizing the six-step value engineering job plan consisting of the Information Phase, the FAST Analysis Phase, the Creative Phase, the Evaluation Phase, the Development Phase and the Presentation Phase. These concepts will be applied to facilities in any phase of the design process. Other work may include preparation of reports, studies, project planning, design criteria, preparation of drawings and specifications, cost estimates, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. This work can consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as some smaller horizontal construction projects (airfields, roads, ranges, etc.). The firm may be required to provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All design CADD files must be delivered in the (*dgn) format. All design must comply with the Savannah District Design Manual and individual Installation Design Guide. ****3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory, based on the risk to the Government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 (Specialized Experience and Technical Competence) and Factor 2 (Past Performance) are weighted equally and each factor individually is more important than Factor 3 (Key Personnel) and Factor 4 (Work Management) and significantly more important than Factor 5 (Volume of DoD Contract Awards). Factor 3 (Key Personnel) and Factor 4 (Work Management) are weighted equally and each factor individually is more important than Factor 5 (Volume of DoD Contract Awards). Volume of DoD Contract Awards will only be used as a *tie-breaker* among firms that are essentially technically equal. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. ****FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): a. Performance of Value Engineering Studies; b. Design of new facilities or utility systems of various types, sizes, and complexities; c. Design of projects on Army installations; d. Sustainable design utilizing the LEED rating tools; e. Application of Anti-Terrorist/Force Protection criteria; f. Cost engineering using MCACES (MII only). Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and most recent firm and employee history of experience on similar projects. The evaluation of this factor will be based on the specialized experience and technical competence from the previous five years. ****FACTOR 2 - PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with design schedules and project cost estimating 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. ****FACTOR 3 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis (13 maximum resumes) and in the following key disciplines, that are required to be licensed, registered, and/or certified: study leader (1), architect (2), structural engineer (2), civil engineer (2), mechanical engineer (2), electrical engineer (2). Resumes shall be provided for other key personnel as follows: Project Manager (2). Registration/certification: All value engineering studies shall be conducted by a study leader with a Certified Value Specialist (CVS) certification. The remaining members for each study are encouraged to be certified as Associate Value Specialist (AVS) or Certified Value Specialist (CVS). Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. ****FACTOR 4 - WORK MANAGEMENT. A proposed management plan shall be presented in Section H of SF 330. The plan will be judged on experience producing quality designs based on an evaluation of the firm's design quality management plan. The design quality management plan should include an organization chart in Section D of SF 330 and briefly address the management approach, team organization, quality control procedures, project cost estimating control and design schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. Address the firm's capacity and necessary experience to perform two simultaneous $350,000 task orders in a 180-day period. ****FACTOR 5 - VOLUME OF WORK. Volume of DOD contract awards in the last 12 months as described in Note 24. ****TELEPHONIC INTERVIEW. Those firms selected for review by the Source Selection Board will be given a telephonic interview the results of which will be factored into the firm's overall rating. The following questions will be provided for the short listed firms to provide a written and telephonic response: **Discuss three important lessons learned from your example projects on your SF 330 Part I that would be applicable to this contract. **Discuss your quality control procedures to ensure the proper coordination of disciplines and the development of the best solution the first time. **Describe your firm's approach for involving the facility users, Public Works, USACE, etc. in the design process. ****4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 11:30 a.m., local time on January 10, 2012. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G. 26, include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at the website above. Joint Venture Agreements - Joint Venture Agreements are allowed. If you have a 8(a) Joint Venture Agreement it must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. The 8(a) firm must perform 40 percent of the work of each 8(a) joint venture contract that is awarded, including those awarded under a Mentor/Protégé agreement. Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3 TO 5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-12-R-0017/listing.html)
 
Place of Performance
Address: GA, AL, FL, MS, NC, SC, KY TN, United States
 
Record
SN02645487-W 20111225/111223234112-cefb83c06776a0a7601081ea1faebd3d (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.