Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2003 FBO #0396
MODIFICATION

C -- Multidiscipline Indefinite Delivery Contracts

Notice Date
12/31/2002
 
Notice Type
Modification
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-03-R-0023
 
Response Due
2/3/2003
 
Archive Date
4/4/2003
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Contract Information: Architect-Engineer Firms should note that this announcement is a change over the Savannah District?s previous policy for selection of Architect-Engineering firms. In lieu of a single annual announcement, an announcement for Architec t-Engineer services will be made every quarter or as needed. Architect-Engineer firms will be required to resubmit their statements of qualifications (SF 254 and SF 255) for each quarterly announcement. **** The Savannah District, U.S. Army Corps of Engin eers requires the services of Architect-Engineer firms for a minimum of one and a maximum of four Multidiscipline Indefinite Delivery Contracts. Note that this announcement is a shift in the previous method of Architect-Engineering IDC contracting done by the Savannah District. Offerors are cautioned to read the announcement in its entirety. Contracts awarded as a result of this announcement will be administered by Savannah District for use on federal projects (civil and military) under its jurisdiction a nd, if requested, for other Corps of Engineers Districts within the South Atlantic Division. Contract limits and contract size will be determined at the time of selection. Typically, each contract will consist of a base ordering period and two option perio ds, each period not to exceed one year, for a total of three years maximum. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The total of all task orders during each ordering period may not exceed $1,000,000. Individual task orders may not exceed $1,000,000. The total amount of each contract over the three-year ordering period may not exceed $3,000,000. Task Orders will be primarily for large projec ts with a construction value greater than $2 million, however as required, smaller projects will be executed under these contracts. These task orders are firm fixed priced. This announcement is open to all businesses. Small businesses are encouraged to tea m with other small businesses. The firm must be capable of responding to and working on multiple task orders concurrently. 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. Contracts may be issued up to one year after selection approval. Awar d will be made to the firm(s) determined to be most highly qualified. The number of contracts that will be issued will be dependent on the amount of work that will be required. None of these projects are yet authorized and funds are not presently availabl e. Assignment of individual task orders to the contracts with identical scopes of work will be based upon the following factors: (1) Performance and quality of deliverables under the current IDC contracts, (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 (4) Equitable distribution of work among identical contracts. The NAICS is 541330; size standard $4 million. This announcement is open to all firms regardless of size. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 255, Block 6, by identifying subcontracti ng opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 71.1% TO SMALL BUSINESS; 10.2% TO S MALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 10.6% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3.0% TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (A COMPOSITE OF SMA LL BUSINESS). Written justification must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. For additional information, please contact Gwen Park er at (912) 652-5340. **** Project Information: Work may consist of preparation of reports, studies, project planning, design criteria, cost estimates utilizing the MCACES software, specifications, designs, and other general A-E services for multi-discipli ned new construction and renovations projects for military and other government agencies. The work primarily consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, t raining 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 preparat ion 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. If the use of scanned files is required, the scanned files must be converted to (*.dgn) format for delivery. All design must comply with the Savannah District Design Manual and individual Installation Design Guides. ** Selection Criteria: See Note 24 for general selection criteria. Factors listed below will be rated based on a relati ve 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, Technical Competence and Past Performance are weighted equally and each factor individually is more important than Key Personnel and Work M anagement and significantly more important than the other individual factors. Key Personnel and Work Management are weighted equally and each factor individually is more important than Knowledge of the Locality, Small Business Utilization and Volume of Do D Contract Awards. Knowledge of the Locality, Small Business Utilization and Volume of DoD Contract Awards are weighted equally. ** Each criteria should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK in lieu of other offices/employees for firms in multiple locations. For firms that have offices in multiple locations, evidence of meeting the criteria should be presented for the office and/or employee that would actually be performing the work in response to this announcement. It is recogn ized that for firms with multiple locations, a project team may be formed from personnel from more than one office. If more than one office is represented, the Selection Board will consider under the Work Management Plan the performance risk associated wi th that team not being co-located and the geographical proximity to the supported projects. ** Factor 1 - TECHNICAL COMPETENCE. The firm must demonstrate through specific data supplied in Blocks 7, 8 and 10 of the SF 255 specialized and technical competen ce in (in descending order of importance within this category): ** Design of new facilities or utility systems of various types, sizes and complexities; ** Design of projects on Army, Air Force or Navy facilities. ** Preparation of the development of the t echnical information for design-build request for proposals; ** Sustainable design utilizing the SPiRiT or LEED rating tools. ** Rehabilitation of existing faci lities or utility systems, also, of various types, sizes and complexities; ** Application of Force Protection criteria; ** Cost engineering utilizing the MCACES software; ** Construction phase services including shop drawing review and preparation of O&M m anuals. ** 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 between the working parties on similar projects, and most recent firm and employee history of experience on similar projects. Interrelationships between Blocks 7, 8 and 10 of the SF 255 are encouraged. ** Factor 2 - PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF255 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as deter mined by the Government. ** Factor 3 - WORK MANAGEMENT. A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, coordin ation of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF 255 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. The length of time the offeror has been working under this work management plan should be identified. ** Factor 4-KEY PERSONNEL. Key personnel should be listed in Block 7 and should contain resumes with an indication of professional registration and the office location. Disciplines that are required to be registered and licensed are: Architect, civil engineer, electrical engineer, structural eng ineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, and certified industrial hygienist. Other key disciplines that shall be presented are: project manager, interior designer, cost estimator, and landscape architect. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task order s simultaneously. Two resumes for architectural, structural, civil, electrical and mechanical disciplines should be presented. Other available disciplines should be shown on the SF255 by the total number available for utilization on task orders assigned u nder this contract. Please disregard the *to be utilized* statement at Block 4 of SF255. Rather, in Column 4. (B), IN-HOUSE PERSONNEL, only indicate the number of personnel located in the specific office submitting the SF255. All others, including person nel from branch offices in other locations, are to be indicated as consultants in Column 4(A). ** Factor 5 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area where the work is anticipated to be accomplished. ** Factor 6 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as prime contractor , subcontractor or joint venture partner. ** ALL OFFERORS are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. At a minimum, the narrative shall discuss: ** Goals for subcontracting wi th small and small disadvantaged businesses in sufficient detail to allow Government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the Government's policy to maximize opportunities for these types of businesses. ** The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the Offeror's team. ** The Offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. ** Factor 7 - VOLUME OF DOD CONTRACT AWARDS. Volume of DoD contract awards in the last 12 months as described in Note 24. ** SUBMISSION REQUIREMENTS: Responses on file from last year's announcement will be discarded. ALL FIRMS desiring consideration MUST SUBMIT a NEW response. Firms desiring consideration shall submit ONE (1) copy of SF255 (11/92 VERSION ONLY) for prime and ONE (1) copy of SF254 (11/92 VERSION ONLY) for prime and each consultant and a CD (Word or Adobe) of the entire submittal to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Oglethorpe Avenue, Savann ah, GA 31402-0889. Receipt of SF255/SF254 information will be due no later than on 3 February 2003. BLOCK 10 OF SF 255 SHALL NOT EXCEED 10 PAGES PRINTED ONE SIDE OR 5 DOUBLE SIDED PAGES. FONT SIZE SHOULD NOT BE ANY SMALLER THAN 10. FIRMS MUST INCLUDE PR IME'S ACASS NUMBER FOR THE OFFICE PERFORMING THE WORK in block 3b of SF255. For ACASS information, call (503) 808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms select ed will be required to submit a design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested no t to transmit this plan with their SF255. ****PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. ****THIS is NOT a REQUEST for a PROPOSAL.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah - Military Works P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00232858-W 20030102/021231213448 (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.