Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

C -- Indefinite Delivery Contract (IDC) for general A-E Design Services Throughout the Transatlantic Middle East District's (TAM) Area of Responsibility (AOR)

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-12-R-0054
 
Response Due
5/4/2012
 
Archive Date
7/3/2012
 
Point of Contact
Benjamin Williams, 540-665-2603
 
E-Mail Address
USACE Middle East District
(benjamin.c.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: Please note the change in the submission requirements. One original and four copies of the SF 330 Parts I and II are now required instead of the original two copies requested originally. 1. CONTRACT INFORMATION: The United States Army Corps of Engineers, Transatlantic Division Middle East District (TAM) intends to award in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6, up to six (6), but no less than two (2), A-E Design Services SATOCs, with an estimated overall capacity of $240 million. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See Numbered Note 24 for general information on the A-E selection process. Up to six awards may be issued up to one year from the date of the release of this FBO announcement. The period of performance for each SATOC shall include one 12-month base period and four 12-month option periods, for an overall performance period of five years. The total capacity may be used at any time throughout the life of the contract and the Government reserves the right to move the capacity forward as necessary to meet operational needs. Options will be exercised in accordance with FAR 52.217-9, "Option to Extend the Term of the Contract." Only firms who are committed to working on-site and in-country, either as the prime firm or with subcontractors, in all regions and areas within TAM's AOR, including Iraq and Afghanistan, will be considered for this solicitation. The North American Industrial Classification System (NAICS) code is 541330. Projected contract award date is August/September 2012 for the initial one-year period. It is the Government's intent to make multiple contract awards under a single solicitation. Each contract will have a guaranteed minimum amount of $5,000.00 for each of the awarded SATOCs. All large business firms, selected for this contract, must comply with FAR 52.219-9, "Small Business Subcontracting Plan," regarding the requirement for an acceptable subcontracting plan. The plan is not required to be included in the information submitted in response to this announcement. Work will be issued by task order, either cost-reimbursable, firm fixed-pr ice or labor-hour. It is TAM's intent to issue most task orders as firm fixed-price actions. The task orders are anticipated to be equally distributed among the design firms; however, this distribution may change depending upon the changing needs and contingency environment of TAM's AOR. TAM's AOR has traditionally paralleled the CENTCOM AOR, which includes the Middle East, the Arabian Gulf states, portions of Southwest and Central Asia, and portions of Africa. TAM's mission has further expanded to include several new worldwide programs, including the Center of Standardization for Contingency Standard Designs, the Technical Center of Expertise for Aircraft Hangar Fire Protection, and Satellite Communications. Based on TAM's newly acquired missions, it is projected that the Design Services Architect-Engineer Contracts will include all locations where TAM has been designated program manager. While the primary focus of this contract will be on work within the CENTCOM region, the A-E firm must be able to perform work throughout TAM's AOR, including the locations for TAM's newly acquired worldwide missions. The A-E firm must be willing to service locations worldwide including performing site visits. TAM subcontracting goals are as follows: (a) 7% of the contract value subcontracted or performed with small business concerns; (b) 1% of the contract value subcontracted or performed with those small business concerns owned and controlled by HUBZones; (c) 1% of the contract value subcontracted or performed with those small business concerns owned and controlled by Service-Disabled Veterans; (d) 1% of the contract value subcontracted or performed with those small business concerns owned and controlled by socially and economically disadvantage individuals; (e) 1% of the contract value subcontracted or performed with those small business concerns owned and controlled by women. Contractor compliance with the Small Business Subcontracting Plan will be monitored through regular submission of reports into the Electronic Subcontracting Reporting System (eSRS). This plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov. NOTE: All firms should be aware of the limitations of DFARS 236.602-70. This clause requires that A-E contracts funded by military construction appropriations that are estimated to exceed $500,000, and are to be performed in countries bordering the Arabian Gulf, can only be awarded to United States firms or to joint ventures of United States and host nation firms. TAM's AOR contains many countries that border on the Arabian Gulf such as Iraq, Kuwait, Qatar, Bahrain, United Arab Emirates (UAE), Oman and Saudi Arabia. In fact, the majority of the countries where TAM has a current presence and construction work border the Arabian Gulf. Consequently, while this acquisition is to be issued as full and open to allow for the greatest amount of competition among qualified A-E firms, it is noted that at least 50%, if not more, of the task orders to be awarded (and, consequently, a majority of the total dollar value of task order awards) under the new A-E IDCs will be limited to U.S firms or joint ventures involving U.S. firms. 2. PROJECT INFORMATION: Primary facility designs may include, but are not be limited to, the following: A05 and A06 Airports including airport lighting and terminals and hangers; A09 Anti-Terrorism/Force Protection; B01 Barracks, Dormitories; D04 Design-Build-preparation of Requests for Proposals; D07 Dining Halls, Clubs, Restaurants; D08 Dredging Studies and Design; F01 Blast-Resistant Design; F03 Fire Protection; G01 Garages, Vehicle Maintenance Facilities; H01 Harbors, Jetties, Ship Terminal Facilities; H07 Highways, Streets, Airfield Paving, Parking Lots; H09 Hospital and Medical Facilities; I01 Industrial Buildings, Manufacturing Plants; I06 Irrigation, Drainage; M08 Modular Systems Design, Pre-fabricated Structures or Components; O01 Office Buildings; P12 Power Generation, Transmission Distribution; R05 Refrigeration Plants/Systems; R06 Rehabilitation (buildings, structures, facilities); S03 Seismic Design and Studies; S04 Sewage Collection, Treatment and Disposal; S05 Soils and Geologic Studies-Foundations; S07 Solid Wastes, Incineration, Landfill; S09 Structural Design; S11 Sustainable Design; S13 Storm Water Handling and Facilities; U03 Utilities; W01 Warehouses and Depots; and W03 Water Supply, Treatment, and Distribution. Secondary facility designs may include but are also not limited to B02 Bridges; C11 Community Facilities; C13 Computer Facilities; I03 Industrial Waste Treatment; I05 Interior Design; L01 Laboratories, Medical Research Facilities; M07 Missile Facilities; P02 Petroleum and Fuel (storage and distribution); P08 Prisons; W02 Water Resources, Hydrology. In addition to these design specific actions, the following experience categories (Profile Codes) are also part of this solicitation: C16 Construction Surveying; C18 Cost Estimating, Cost Engineering and Analysis, Parametric Costing; E03 Electrical Studies and Design; E09 Environmental Impact Studies; E12 Environmental Remediation; P06 Planning (site, installation, and project); and T04 Topographical Surveying and Mapping. Design services required may include preparation of plans, specifications, design analyses, planning and programming reports, and cost estimates associated with particular projects. The firms may be required to prepare record drawings from as-built annotations on contract drawings as received from construction contractors, conduct engineering investigations of existing field conditions and/or problems and report findings and recommendations, and prepare engineering studies before and during construction. Additionally, the contractor may be required to provide design phase services needed to assist the Government in achieving Leadership in Energy and Environmental Design (LEED) certifications for projects. The LEED certifications are in accordance with USACE Engineering Construction Bulletin No.2010-14 issued 28 June 2010 and the U. S. Green Building Council (USGBC) LEED, NC rating tool version 2.2 and version 3 (2009). LEED requirements are provided by MED customers. MED expects to solicit a wide range of employment specialties to meet its needs, as well as to respond to changing mission requirements. Preparation of 1391 documents may also be required. The firm may be used to provide engineering experts and consultants. It is anticipated that construction projects being supported by these services will include major military construction, as well as infrastructure rehabilitation and reconstruction and environmental design actions. The firms must show experience with and may be required to design using MicroStation V8i, Bentley Architecture, Autodesk Revit 2011 or higher; AutoCAD (CAD output may be requested in dwg or dgn format); use Bentley's ProjectWise file management software; and prepare construction cost estimates by computer utilizing Corps of Engineers, TRACES, Microcomputer Aided Cost Estimating Systems/ MII, PACES, PC COST and other related systems. 3. SELECTION CRITERIA: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Firms that show recent, relevant MED design experience (within 5 years from this date), shall be given more consideration in the selection process. The selection criteria for this solicitation are listed below, in descending order of importance. Criteria a through h are primary. Criteria i is secondary and will only be used as a 'tie-breaker' among firms that are essentially technically equal. (a) The firm's current specialized experience and technical competence relative to the design services required under this announcement, i.e., knowledge of design of building envelopes, systems or facilities similar to those listed in Paragraph 2 (Project Information), above. Please note that firms must possess current experience and technical competence in the Experience Categories as listed in Paragraph 2 to be considered for selection. In addition, more emphasis shall be placed on a firm's specialized experience and technical competence that relates to the primary facility designs as follows: A05, A06, B01, H01, H07, and S05. (b) The evaluation will consider the qualifications, availability and length of services of the firm's key U.S. Licensed or Registered Professional personnel in the following disciplines: project management (Function Code 48), architecture (06), civil engineering (12), cost engineering (18), electrical engineering (21), environmental engineering (23), fire protection engineer (25), foundation/geotechnical engineer (27), mechanical engineering (42), Planner (47), and structural engineering (57) in the design of facilities or systems similar to those listed in paragraph 2 (Project Information), above. Again, more emphasis shall be placed on personnel who have qualifications that support design actions for the primary facility designs noted. In addition, firms with greater numbers of employees within the Function Codes listed above shall also be rated higher in the selection process. Firms who possess employees in the majority or all of the codes listed will also be rated higher. (c) Firms should demonstrate that they have the ability to successfully perform $20 million dollars of design services per year for a five year period through self-performance, via a joint venture or partnership relationship, or with the assistance of subcontractors. Firms with greater capacity shall be given more consideration in the selection process. (d) Experience in MED's primary AOR (basically CENTCOM's) (within 5 years from the announcement date) with emphasis on the Middle East and the Arabian Gulf States, will be rated higher than firms with experience only in the United States or other areas of the world. (e) The firm's Design Quality Management Plan (DQMP) for this solicitation (not longer than five pages) will be evaluated along with the clarity and conciseness of the material presented in response to this solicitation. The evaluation will consider the management capability, approach, coordination of disciplines and subcontractors for each major work breakdown item. (f) Firms shall demonstrate their capability to subcontract with Local Nationals from countries within the CENTCOM AOR and Third Country Nationals. (g) ACASS and other available past performance information on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules will be used to evaluate past performance. (h) Experience in using MicroStation V8i, AutoCAD, Bentley Architecture, AutoDesk Revit, TRACES, SpecsIntact, ProjectWise, and Primavera or MS Project will be considered. Experience in and knowledge of U.S. Government contracting processes, and U.S. Army Corps of Engineers, MED design requirements are desired. (i) Volume of DoD contract awards in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one original and four copies of Standard Form 330 Part I and II copies of Standard Form 330 Part II for the prime firm, all consultants/joint ventures and groups of firms to the following address no later than 3:00 p.m. Eastern Time on 04 May 2012: U.S. Army Corps of Engineers, Middle East District, Attention: Mr. Benjamin Williams, mail address: PO Box 2250, Winchester, VA 22604-1450; overnight mail address: 201 Prince Frederick Drive, Winchester, VA 22602. The SF 330 Part I shall not exceed 125 pages (8.5" x 11"), including no more than 5 pages for Section H. Each side of the sheet of paper is a page. Use no smaller than font size 12. Include the firm's DUNS number in SF 330, Part I, Section H. In section H, describe the firm's overall quality management plan. A project-specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Section H, indicate the estimated percentage involvement of each firm on the proposed team (if applicable). Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. ProjNet Bidder Inquiry Instructions To submit and review bid inquiry items, bidders need to be registered. Those new to the system can self-register by going to www.projnet.org/projnet and clicking on the Bid tab. Select Bidder Inquiry, select agency USACE, enter the Bidder Inquiry Key for the solicitation listed below, enter your email address, and then click Login. Fill in all required information and click Create User. Verify that information on the next screen is correct and click Continue. From this page, you may view all bidder inquiries or add a new inquiry. Offerors will receive an acknowledgement of their question via email, followed by an answer to the question after it has been processed by the Middle East District's technical team. Note that offerors may submit only one question per inquiry. All inquiries containing multiple questions will be rejected. Only questions pertaining to the Design Services Indefinite Delivery Contract will be entertained. The project name is: A-E SATOC - Design & Construction Phase Support Svcs, TAM AOR The Bidder Inquiry Key is: JPCYN3-M8L68Y The Bidder Inquiry System will be unavailable for new inquiries after 17 April 2012, to ensure adequate time is allotted to respond to inquiries.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-12-R-0054/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02711150-W 20120404/120402234458-c8f69a6cba56dc4cfcd7a6a6c947435a (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.