Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

C -- IDC for A-E Contract for Engr, Design and Engr During Construction Services

Notice Date
7/28/2014
 
Notice Type
Presolicitation
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-14-R-0081
 
Response Due
8/29/2014
 
Archive Date
9/28/2014
 
Point of Contact
Diane Cianci, 918-669-7458
 
E-Mail Address
USACE District, Tulsa
(diane.cianci@usace.army.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
1. CONTRACT. General: A target of four (4) Indefinite Delivery Contracts (IDC) are being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The IDCs will be awarded to provide engineering, design and engineering during construction services for military and interagency and international services (IIS). Tulsa District is issuing four synopses (target to award 3 unrestricted; 2 Small Business; 1 Economically Disadvantaged Women Owned Small Business and 1 8(a)). If there are an insufficient number of highly qualified firms for the EDWOSB set aside, then the capacity will be rolled into the small business synopsis (W912BV-14-R-0054). Please respond to the 8(a) (W912BV-14-R-0080), small business (W912BV-14-R-0054), and unrestricted synopsis (W912BV-14R-0055) as well as the EDWOSB synopsis if your firm wishes to be considered for those announcements. This procurement includes a target of one small business in the category of Economically Disadvantaged Woman Owned Small Business (EDWOSB) with a planned award of October 2014. Each IDC will consist of a base of three years and one two-year option, for a total of five (5) year IDC contract, if the Contracting Officer chooses to exercise the option period. The estimated value each of the contracts, inclusive of all options, is $6,000,000. A Minimum Guarantee amount of $2,000 will apply to the Base Period only. All questions must be submitted through the Bidders Inquiry System. Instructions for the Bidders Inquiry System and the deadline for submission of any inquiries will be provided via separate document entitled: Inquiries-Offerors Questions and Comments use of Bidders Inquiry. (a) Contract Award Procedure: Before a business is proposed as a potential contractor, they must be registered in the Central Contractor Registration (CCR) database. Register via the CRR internet site at http://www.ccr.gov. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. (b) Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. (c) Place of Performance: Projects are anticipated to be primarily in support of the U.S. Army Corps of Engineers Southwestern Division (SWD) Boundaries. Task Orders under the resultant IDCs may be awarded for projects only in the geographic area of SWD. (d) Contractor Manpower Reporting: The contractor will be required to report all contractor labor hours (including subconsultant labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor will be required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. 2. PROJECT INFORMATION. The following work may be expected under this contract: Project programming and planning, feasibility and concept studies, space utilization, design concepts/standards, research, analysis, engineering, design, design/build request for proposal preparation, and engineering during construction for military and international and interagency services (IIS). Engineering and design within these services also include design of new construction, primarily vertical, alteration of facilities, maintenance and repair of real property, pre-design site assessment, cost estimates, value engineering, design reviews, life cycle costing, computer aided drafting, geospatial information systems (GIS), and building information modeling (BIM). Activities incidental to design include topographic and boundary surveys, to include mapping, geotechnical investigation and reports, environmental investigations, studies and reports, hazardous materials testing, abatement and monitoring, historical and cultural resource investigations, and seismic studies. It is not expected that one firm performs all services. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (f) through (h) are secondary and will be used as 'tiebreakers' among technically qualified firms. The selection criteria in descending order of importance are: (a) Specialized Experience and Technical Competence. Breadth and depth of experience of the A-E firm in engineer/design and engineering during construction of military and IIS facilities within the past five years will be evaluated. The criteria will include a review of projects submitted to determine relevant experience as well as designing within cost limitations, and Design Quality Management, particularly with respect of coordination between engineering disciplines and subconsultants. The AE firm shall also have documented experience in providing engineering during construction services on two or more construction contracts with contract values equal to or greater than $5,000,000 each. (b) Professional Qualifications. The criteria will include a review of proposed personnel in the following disciplines: Project Management, Architecture, Mechanical, Electrical, Fire Protection, Civil, Structural, Cost Estimating, Geotechnical, Surveying, Interior Design, Building Code Officials, Safety Professionals, and Security Specialists. (c) Past Performance. Includes performance on Department of Defense (DoD) and other contracts in terms of cost control, quality of work, compliance with delivery schedules, history or working relationships with consultants, timely technical support during construction, and overall cooperativeness and responsiveness. (d) Capacity. The criteria will include a review of resources to determine if there is sufficient capacity to simultaneously provide two full designs or two design-build RFP packages or a combination of the two with construction values of approximately $10,000,000 total. (e) Knowledge of the Locality, principally the area covered by the Southwestern Division (SWD). Knowledge of subsurface conditions, including expansive soil characteristics, local climatic conditions including the conditions required for the prevention of mold and local construction methods will be evaluated. The criteria will include a review of documented project experience highlighting the unique design and construction aspects encountered within the geographic boundaries of SWD. (f) Geographic Proximity to SWD. Location of the firm and subconsultants in the general geographic area of the Southwestern Division will be a consideration. (g) Volume of DoD Contract Awards During Previous Three (3) Years. Firm must demonstrate past performance in the accomplishment of DoD work. Additional items to be addressed are cost control, quality of work, and compliance with performance schedules. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities and qualifications to perform this work must submit one copy of the SF 330 Part I and II for the prime firm and all subconsultants to the above address no later than 2:00 p.m. on 29 August 2014. Regulations require that the selection board not consider any submittals received after this time and date. Solicitation packages are not provided. (a) Interested firms having the capabilities and qualifications to perform this work must submit one copy of SF 330 (6/2004 Edition), including Parts I and II as described herein, and one CD-ROM of the SF 330 submittal to the above address not later than 2:00 p.m. Central Standard Time on the response date listed above. The date and time are strictly enforced, and late packages will not be considered. Late proposal rules found in FAR 15.208 will be followed. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Firms shall present an organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subconsultant or entity and their office location (specify the address of the office and key personnel that are assigned there). (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subconsultant offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subconsultant offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Economically Disadvantaged Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $15 million. (c) Submit only one SF 330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. (d) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (e) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the prime, other offices of the prime, as applicable, and each subconsultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (f) In Section F, a maximum of ten (10) projects for the total proposed team (including the prime and subconsultants) shall be provided. Use no more than one page per project. (g) In Section G, block 26, along with the name, include the firm and office location the personnel are associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, other offices of the prime, and each subconsultant as identified in Part I, Section C) integrates into the composite team. (h) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (i) In Section H, Part I, SF 330, firms must show their last 12 months DoD contract awards stated in dollars (see 3(e) above), provide an itemized summary of DoD awards to include Agency Contract Number/Task Order No. DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts, and only actual Task Orders and any modifications thereto should be included in the amounts. When addressing team capabilities, clarify planned capability, existing capability, and prior experiences, if applicable. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (i) In Section H, Part I, SF 330 Generally, describe the firm's Quality Management Plan (QMP). A project-specific detailed QMP must be prepared and approved by the Government as a condition of contract award but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed twenty pages for Section H. Front and back side use of a single page will count as two (2) pages, and print type used in charts, graphics, figures and tables may be smaller than 11 font but must be clearly legible. Foldouts are not allowed and shall not be considered. (j) Personal visits or telephone calls to discuss this announcement will NOT be entertained. (k) Solicitation packages are not provided for A-E contracts, and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Point of Contact: Diane Cianci (918) 669-7458, Contract Specialist, Contracting Division. This is not a request for proposal. In accordance with FAR clause 52.219-14 Limitations on Subcontracting for services, quote mark At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. quote mark INQUIRIES - OFFEROR'S QUESTIONS AND COMMENTS USE OF BIDDER'S INQUIRY 28 JULY 2014 Prospective offerors should submit questions and inquiries related to this solicitation in accordance with the following (collect calls will not be accepted): a. For information related to amendments, and the dates set for receipt of proposals, please check http://www.fedbizopps.gov b. Contractual and Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/projnet. 1. To submit and review bid inquiry items, offerors will need to be a current registered user or self-register into the system. To self-register go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your e-mail address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. 2. From this page you may view all bidder inquiries or add an inquiry. 3. Bidders will receive an acknowledgement of their question via e-mail, followed by an answer to their question after it has been processed. 4. The Solicitation Numbers are: W912BV-14-R-0081 (EDWOSB) The Bidder Inquiry Key is:M78XAB-7TFMJ4 5. Address/enter only one question/issue per entry. c. The Bidder Inquiry System will be unavailable for new inquiries 4:00pm (Central) five (5) days before proposal are due in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. d. Offerors are requested to review the specification in its entirety, and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. e. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. f. Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. g. The point of contact for this solicitation is: Contract Specialist: Diane Cianci Telephone:918-669-7458 E-MAIL: diane.m.cianci.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-14-R-0081/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CECT-SWT-E, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN03440823-W 20140730/140728235547-b9e2f50bea7bdf97c88bb48e8712ad4a (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.