Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2002 FBO #0378
SOLICITATION NOTICE

C -- FIXED PRICE CONTRACT FOR DESIGN OF HOT PADS AND NORTH RAMP, ENGLAND AIRPARK, LA

Notice Date
12/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth - Military, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
DACA63-03-R-0006
 
Archive Date
3/16/2003
 
Point of Contact
Charlotte Harris, 817/886-1064
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth - Military
(Charlotte.R.Harris@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA POC Cheryl Hodge-Snead, Contract Specialist, (817/886-1069) CONTRACT INFORMATION: Multidiscipline Design or other Professional Services, procured in accordance with PL-582 (Brooks A-E Act) and FAR Part 36, are required for engineering, design, and related services to potentially include but not limited to any or al l of the following: design, drafting, and planning services for new construction and/or renovation, demolition and alterations of existing facilities; military construction programming; construction cost estimating; topographic or real estate boundary surv eys; on site construction management; various engineering studies and site investigations; value engineering services; subsurface geotechnical investigation and testing. Environmental studies/surveys and abatement design services may also be required. The contract will be for design of two projects, north ramp upgrade and expansion and the design of hazardous cargo hotpads. The estimated construction cost for the projects are $22,000,000.00 and $16,000,000.00, respectively. All work must be done by or un der the direct supervision of licensed professional Engineers or Architects. The North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which corresponds to SIC Code 8711. The contract is an ticipated to be awarded on or about February 2003. This announcement is open to all businesses, regardless of size. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a sub contracting plan on that part of the work it intends to subcontract. The Fort Worth District goal on work to be subcontracted is that the Contractor's total intended subcontract amount be placed as follows: 9.1% be placed with Small Disadvantaged Business es (SDB); 5.0% be placed with Women Owned Small Businesses (WOB); 3.0% be placed with American Veteran-Owned Small Business; 2.0% be placed with Historically Black Colleges/Universities or Minority Institutions; and the remaining 42.3% be placed with Small Businesses (SB) for a total of 61.4%. The plan is not required as part of this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor unde r the Service Contract Act. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. 2. PROJECT INFORMATION: The first project involves the design of the north ramp upgrade. Project includes upgrading and expanding the north ramp aircraft parking apron and creation of a new taxiway and staging area. Some of the supporting facilities inc lude access roads, ramp area lighting, taxiway and ramp edge lighting, water, storm drainage and site improvements. The project includes the demolition of three buildings, design of a wash rack, selected hardstand and fire-training pit. Project design sh all also include wetland delineations and obtaining 404 permits where necessary. The second project involves the design of three hazardous cargo hotpads for ammunition and munitions upload, to include parking pads, aprons, ground and tie down points. The project will also include improving the runway section and overrun to support use by wide-bodied aircraft. Supporting facilities include electrical service, exterior lighting, taxiway lighting, site improvements, access road, and sodding. Project design shall include wetland delineations and obtaining 404 permits where necessary. Sustainability issues including familiarity with LEED criteria must be incorporated in the design. Project deliverables will include engineering studies, environmental surveys, CADD produced plans, specifications prepared utilizing Specsintact (government furnished software), construction cost estimates prepared utilizing M-CACES (government furnished software), design analysis and weekly status reports; al l documents to be delivered in hard copy and electronic format. Electronic files are required to be provided on compact disk. For more information about Specsintact, the electronic advertising process, etc, go to http://www.swf.usace.army.mil/EandC/ec-a/. 3. SELECTION CRITERIA: Selection criteria in descending order of importance are as follows (Criteria (a)-(d) are primary criteria; items (e)-(f) are secondary and are used as tie-breakers among technically equal firms): (a) Specialized Experience and Techn ical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255.): (1) The selected team must demonstrate recent (within the past 5 years) and significant and comparable experience in the design of airfield taxiways, large paving projects (vehicle hardstands or apron areas), parking areas, site improvements, road design, and exterior lighting. It is suggested that Block 8 of the SF 255 be modified to include one relevant project per p age to ensure that scope of relevant projects is clearly defined, that participation by the proposed design team is defined on past projects, etc. Do not exceed ten pages for Block 8. (2) Firms must have personnel with at least three years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 80 and 101 and MIL-HDBK-1008C. (3) Firm must demonstrate past designs, which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA) requirements. (4) Firm must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (5) Firms must demonstrate experience in evaluating contractor's submittals and performing construction surveillance. (6) Firms must demonstrate the ability to prepare specifications using Government furnished program, Specsintact. (7) Firms must demonstrate the ability to prepare construction cost estimates, using Government-furnished M-CACES. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of M-CACES software. Address proje cts on which M-CACES has been utilized. (8) Firms must demonstrate the ability to submit drawings in Microstation utilizing current versions. (9) Firms must demonstrate the ability to provide data files on CD-ROM discs. (10) Firms must demonstrate the ability to create CAL raster files of all CADD drawings. (11) Firms must demonstrate the ability to create PDF files of specifications and other documents. This includes scanning documents where direct file conversion to pdf is not possible. (12) Firms must demonstrate the ability to access the Internet. This includes the ability to submit data by File Transfer Protocol (FTP) utilizing an FTP client. Firms must demonstrate the ability to access and send e-mail several times daily during the co ntract. (13) All narrative text, other than specifications, shall be completed using Microsoft Word and Excel on Windows 95/98/2000/Me/NT compatible equipment OR the word processing software utilized must be importable by MS Word (2000) and the spreadsheet utilized must be importable by MS Excel (2000) working in a Windows 95 or later environment. MS-Access capability or a database that can be imported into MS-Access (2000) is also required. (14) Firms must demonstrate the ability to complete metric designs. (15) Firms must demonstrate the capability to design projects incorporating Sustainability/LEED criteria. (b) Professional Capabilities: As a minimum, the Design Team (either in-house or through consultant) shall include the following: one Project Manager, one Registered Architect, one Landscape Architect, two Registered Electrical Engineers, one Registered M echanical Engineer, three Registered Civil Engineers, two Registered Structural Engineers, one Fire Protection Specialist, one Life Safety Specialist, two Cost Estimators, and one Registered Surveyor and other survey support personnel. None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requ irement above to meet the number required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically listed. Only those resumes of personnel who will actually be assigned to the design team shall be included in the submittal package. Repeat Resume Page as needed to provide all required resumes. Key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides t o utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall, prior to the utilization of these personnel, submit their resumes to the Contracting Office for approval. The qualifications of the substituted personnel must be equal to or better than those whose resumes were submitted. (c) Knowledge of Locality: Firms must demonstrate familiarity with the state of Louisiana and its applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. (d) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, items (e) through (g), are secondary criteria: (e) Volume of DOD contract awards. In Block No. 10 of the SF 255, firms must show their last 12 month's DOD contract awards stated in dollars. (f) Subcontracting: Firms must show the extent of participation of SB, SDB, HBCU/MI and WOSB in the proposed contract team, measured as a percentage of the estimated effort. Before a small disadvantaged business is proposed as a potential subcontractor, t hey must be registered in the database maintained by the Small Business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the 254?s and 255?s are submitted will result in their elimination as a proposed subcontractor. (g) In Block No 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. 4. SUBMITTAL REQUIREMENT: (a) Interested firms, to be considered, must provide one submittal package no later than 4:30 p.m. on the 30th day after the date of this announcement appears. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadlin e is 4:30 p.m. of the next business day. The 11/92 version of the forms or computer-generated equivalents must be used. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and each prop osed consultant even if an SF 254 is already on file. SF 254's shall be provided for the specific prime and subcontractor offices proposed to perform the work. Indicate in Block No. 4 of each SF 254 if the firm is a Large, Small, Small and Disadvantaged or 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 $4 million. (c) Submit only one SF 255 for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. The A-E shall not include company literature with the SF 255. (d) Include CBD announcement number in Block No. 2b of the SF 255. (e) In Block No. 3 of the SF 255, provide the ACASS number for the Prime A-E or Joint Venture. The ACASS number must be for the firm performing the work; i.e. not the parent company but an ACASS number specifically for the office performing the wo rk. Each bran ch office and/or joint venture must have their own ACASS number. For assignment of ACASS numbers, contact the POC, Lavern Brewster, at the ACASS Center in Portland, OR, @ 503-808-4591. (f) In Block No. 4 of the SF 255, insert the number of personnel propo sed for the contract by discipline (not necessarily total capacity), Consultants as (A) and in-house as (B). (g) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block No. 7 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 in paragraph 3b. (h) It is suggested that Block 8 of the SF 255 be modified to include one relevant proje ct per page to ensure that scope of relevant projects is clearly defined, that participation by the proposed design team is defined on past projects, etc. Project designs should have been initiated within the past 5 years. Do not exceed ten pages for Block 8. (i) In Block 10 of the SF 255, state and address each of the numbered, including subparagraphs, items listed in Section 3. Selection Criteria. Clarify participation by proposed team personnel by name, experience, and training proposed by this SF 255. R eference individual resumes to minimize duplication if desired. DoD awards should be shown in an itemized summary including Agency, Contract Number, Project Title, and Award Amount dollars. When addressing Team capabilities, clarify planned capability, exi sting capability, and prior experiences if any. 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. Do not exceed twenty pages for Block 10. (j) Front and Back sides use of a single page will count as 2 pages. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. (k) Personal visits to discuss this announcement will not be schedule d. (l) Solicitation packages are not provided for A-E contracts. This is not a request for proposal.
 
Place of Performance
Address: US Army Engineer District, Fort Worth - Military PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00223381-W 20021215/021213213808 (fbodaily.com)
 
Source
FedBizOpps.gov 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.