Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2003 FBO #0691
SOURCES SOUGHT

C -- Multidiscipline Indefinite Delivery Contract(s) for Miscellaneous A-E Services, (large projects) Savannah District & SAD Wide

Notice Date
10/17/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-04-R-0005
 
Response Due
11/17/2003
 
Archive Date
1/16/2004
 
Point of Contact
Linda Smulevitz, 912-652-5902
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(linda.l.smulevitz@sas02.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
NA Contractural Questions: Nina Jodell at 912-652-5465; Questions concerning subcontracting plan: Gwen Parker at (912)652-5340; Questions concerning SF 255 and SF 254 information: Lucie Hughes at 912-652-5645; U.S. Army Engineer District, Savannah, ATTN: CES AS-EN-ES (Sherry Turner), 100 West Oglethorpe Avenue, Savannah, GA 31401. **** CONTRACT INFORMATION: This announcement is 100% set-aside for 8(a) Firms only. The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer firms for a minimum of one and a maximum of two Multidiscipline Indefinite Delivery Contracts. Contracts awarded as a result of this announcement will be administered by Savannah District for use on federal projects under its jurisdiction and, 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 four option periods, each period not to exceed one year, for a total of five 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 amount of each contract ove r the five-year ordering period may not exceed $5,000,000. Task Orders to be executed under this contract will be primarily for projects with a construction value no greater than $5 million. Work will be issued by negotiated firm-fixed-price task orders. T he 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 perf ormance 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. Award will be made to th e 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. Projects to be designed are not yet determined and funds are not presently available. Assignment o f 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 mi llion. 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-disciplined 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, training facilities, equipment maintenance facilities, labs, etc.) as well as some smaller horizontal construction projects (airfields, roads, ranges, etc.). The firm(s) 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 Des ign Guides. ***SELECTION CRITERIA: Factors listed below will be rated based on a relative weighting as follows: *Significantly More Important* means that the f actor 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 ano ther factor. For this solicitation, Technical Competence and Past Performance are weighted equally and each factor individually is more important than Key Personnel and Work Management and significantly more important than the other individual factors. K ey Personnel and Work Management are weighted equally and each factor individually is more important than Knowledge of the Locality, and Volume of DoD Contract Awards. Knowledge of the Locality, and Volume of DoD Contract Awards are weighed equally. Each criterion 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 fo r the office and/or employee that would actually be performing the work in response to this announcement. It is recognized that for firms with multiple locations, a project team may be formed from personnel from more than one office. If more than one off ice is represented, the Selection Board will consider under the Work Management Plan the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. **** Factor 1 - TECHNICAL COMPETENCE. The fi rm must demonstrate through specific data supplied in Blocks 7, 8 and 10 of the SF 255 specialized and technical competence in (in descending order of importance within this category): *Design of new facilities or utility systems of various types, sizes a nd complexities; *Design of projects on Army, Air Force or Navy facilities. *Preparation of the development of the technical information for design-build request for proposals; *Conducting planning and/or design charrettes *Sustainable design utilizing the SPiRiT or LEED rating tools. *Rehabilitation of existing facilities or utility systems, also, of various types, sizes and complexities; * Application of Anti-Terrorist/Force Protection criteria; *Cost engineering utilizing the MCACES software; *Constructi on phase services including shop drawing review and preparation of O&M manuals. *** 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 relationsh ips 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 performa nce 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 determined by the Government. **** Factor 3 - WORK MANAGEMENT. A proposed management plan shall be presented which shall include an organization chart and briefly address management ap proach, team organization, quality control procedures, cost and 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 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 t his work management plan should be identified. **** Factor 4 - KEY PERSONNEL. Key personnel should be listed in Block 7 and should contain resumes with an indi cation of professional registration and the office location. Required disciplines that must be registered and licensed are: Architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical en gineer, 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 engin eer, 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, or (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination. 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 orders. Two resumes for architectural, structural, civil, electrical and mechanical disciplines should be presented. Other available disciplines sho uld be shown on the SF 255 by the total number available for utilization on task orders assigned under this contract. Please disregard the *to be utilized* statement at Block 4 of SF 255. Rather, in Column 4. (B), IN-HOUSE PERSONNEL, only indicate the num ber of personnel located in the specific office submitting the SF 255. All others, including personnel from branch offices in other locations, are to be indicated as consultants in Column 4(A). **** Factor 5 - KNOWLEDGE OF LOCALITY. Knowledge of locali ty 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 - VOLUME OF DOD CONTRACT AWARDS. Volume of DoD contract awards in the last 12 months. **** SUB MISSION 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) hardcopy of SF 255 (11/92 VERSION ONLY) and ONE (1) CD (Word or Adobe) to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Oglethorpe, Savannah, GA 31402-0889. Receipt of SF 255 information will be due no later than 4:00 P.M., 17 November 2003. THE SF 255 SHALL NOT EXCEED 50 PAGES, INCLUDING 10 PAGES FOR BLOCK 10, PRINTED ONE SIDE (OR 25 AND 5 DOUBLE SIDED PAGES). FONT SIZE SHOULD NOT BE ANY SMALLER THAN 10. FIRMS MUST INCLUDE PRIME'S ACASS NUMBER FOR THE OFFICE PERFORMING THE WORK in block 3b of SF 25 5. 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 selected will be required to submit their SBA certification, and a design Quali ty Assurance Plan (QAP) concurrently with their fee proposal. Information on what is to be contained in the QAP will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 25 5. ****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 P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00453976-W 20031019/031017213203 (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.