SOLICITATION NOTICE
C -- General A-E and Construction Management Services throughout the Transatlantic Programs Center's (TAC's) Area of Responsibility (AOR)
- Notice Date
- 12/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-04-R-0011
- Response Due
- 1/26/2004
- Archive Date
- 3/26/2004
- Point of Contact
- Vickianne Shepherd, 540-665-3680
- E-Mail Address
-
Email your questions to US Army Corps Of Engineers - Transatlantic Programs Center
(Vicki.Shepherd@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- General A-E and Construction Management Services throughout the Transatlantic Programs Center's (TAC's) Area of Responsibility (AOR) (Refer to www.tac.usace.army.mil/extranet/ for a description of TAC's mission and AOR.) Indefinite Delivery Indefinite Quantity (IDIQ) General Architect-Engineer and Construction Management Services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for various types of facilities and services within TAC's AOR . TAC's headquarters in located in Winchester, Virginia. TAC is responsible for U.S. Army Corps of Engineers operations in the Middle East, Africa, Russia and the Central Asian states of the former Soviet Union. This announcement is open to all business es regardless of size. Funds for task orders are not currently available. Multiple contract awards are anticipated. 1. CONTRACT INFORMATION: General A-E and construction management services are related to multi-discipline engineering projects and services in support of construction at various locations/installations throughout the Transatlantic Program Center's (TAC's ) Area of Responsibility (AOR). Total potential construction program value is estimated at $5 billion. It is anticipated that this program will be executed primarily using design-build contract actions. The proposed procurement will result in a one-year indefinite delivery, indefinite quantity type contract, with options to extend for four additional years. Projected contract award date is 30 March 2004 for the initial one-year period. It is the Government's intent to make multiple contract awards unde r a single solicitation. Work will be issued by task order, either firm fixed-price or cost-reimbursable. Each contract will have an annual guaranteed minimum amount of $500,000, with a total maximum value of $10,000,000 for the base period (one year), $ 5,000,000 for each of four subsequent option years for a total maximum contract value of $30 million. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for an acceptable subcontracting plan on th at part of the work it intends to subcontract. The plan is not required to be included in the information submitted in response to this announcement. 2. PROJECT INFORMATION: Design services required may include preparation of plans, specifications, design analyses, and cost estimates. The firm may be required to prepare record drawings from as-built annotations on contract drawings as received from c onstruction contractors, conduct engineering investigations of existing field conditions and/or problems and report findings and recommendations, and prepare engineering studies before and during construction. Construction management services required may include quality assurance support such as submittal review and inspection and testing of construction materials and methods, and various ancillary functions associated with the management of large construction projects, including, but not limited to, the following: developing systems to monitor construction costs on cost reimbursement type contract actions, prioritizing work, writing scopes of work, preparing construction schedules using NAS scheduling software such as Primavera, verifying work completed, and preparing documentation required in support of processing payments. The firm may be used to provide engineering experts and consultants. Construction projects being supported by these services may include major military construction, as well as infra structure rehabilitation and reconstruction. It is the intent of this action that local sub-contractors and personnel be employed to a significant extent where practicable to do so. A firm must show experience and may be required to design using MicroSta tion Version J7 or higher and Autocad 2002 and prepare construction cost estimates by computer utilizing Corps of Engineers Microcomputer Aided Cost Estimating System (MCACE S). It is anticipated that some of the task orders will be comprised of both construction management and quality assurance duties and will fall within, but not be limited by, Experience Profile Codes 010 Barracks; Dormitories; 023 Cost Estimating; 046 Hig hways; Streets; Airfield Paving; Parking Lots; 072 Office Buildings; Industrial Parks; 083 Power Generation; Transmission; Distribution; and 111 Utilities as well as 021 Construction Management. Some multi-discipline design services are also anticipated. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria for this solicitation are listed below in descending order of importance: (a) Technical Capability. The Government will evaluate each firm's areas of present technical capabilities that have particular interest to the Government. These areas of interest will establish a firm's technical capabilities to perform the array of anticipated work to be issued during the course of the contract. In performing this eva luation, the Government will consider professional qualifications of a firm's staff and consultants or subcontractors. Of particular interest will be an offeror's ability to perform the types and kinds of design and construction management services within the expedited time periods that will be required in order to successfully fulfill the varied scopes of work to be issued by separate task orders. An offeror's ability to provide supporting capabilities for such ancillary requirements as housing, transpor tation, security, welfare, etc., of A-E personnel that may be assigned to overseas locations within TAC's AOR will also be evaluated. (b) Experience. The Government will evaluate the firm's experience with special attention given to geographical location, size, and types of previous construction management experience. A firm's current specialized experience and technical competence relative to the services required under this announcement and listed in paragraph 2 above will be considered. Qualifications , availability and length of service of key personnel will be considered as well as an offeror's experience in using MicroStation, Autocad, MCACES, and Primavera software. Experience in and knowledge of U.S. Government contracting and U.S. Army Corps of E ngineers construction management and quality assurance procedures are desired. Experience in the Middle East, Africa, and Central and Southwest Asia will be rated higher than experience in other areas of the world outside the Continental U.S. Experience only in the U.S. will carry the least amount of weight although experience in the U.S. will be helpful in the evaluation process as a complement to oversea experience. (c) Management Concepts. The Government will evaluate areas of management concepts and capabilities that have special interest to the Government. These areas of interest will establish an offeror's capabilities to provide sufficient management resources in a timely manner for the successful accomplishment of the work anticipated to be issue d as the result of rapidly developing requirements as stated in the solicitation and to do so at reasonable costs. The management concepts to be considered concerning an offeror's capabilities for management and execution, staffing, and subcontracting, in cluding the use of local labor and subcontractors as it pertains to the scope of work should be included in Block 10 of Standard Form 255. Of particular interest will be the firm's ability to supply the required management personnel resources within exped ited time periods. A firm's proposed methods for monitoring and controlling internal costs will be considered. (d) Past Performance. The Government will evaluate the favorableness of a firm's past performance. Past performance means a firm's reputation for reasonable conduct and customer satisfaction by delivering quality work and services in a timely manner at reasonable costs while also having concern for the health and welfare of its employees. Architect-Engineer Contract Administration Support System (ACASS) and other available past performance information on DOD and other contracts with respect to cost control, quality of work, and compliance with projec t schedules will be used. The following secondary criteria will only be used as 'tiebreakers' among technically equal firms; (a) Extent of participation of SB (including WOSB, SDB, historically black colleges and universities, and minority institutions) i n the proposed contract team, measured as a percentage of the total estimated effort; (b) Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of Standard Form 254 (11/92 Edition) Architect-Engineer And Related Services Questionnaire, and two copies of Standard Form 255 (11/92 Editi on) Architect-Engineer And Related Services Questionnaire For Specific Project, for the prime firm, all consultants/joint ventures and groups of firms, to: U.S. Army Corps of Engineers, Transatlantic Programs Center, Attention: Vicki F. Shepherd/CETAC-CT- CC, 201 Prince Frederick Drive, Winchester, VA 22602 OR P.O. Box 2250, Winchester, VA 22604-1450, not later than 2:30 p.m. USA Eastern Standard Time on 26 January 2004. Include the ACASS number in SF 255, Block 3. Include your firm's FAX number and Inte rnet address. For ACASS information, call 503-808-4591. In Standard Form 255, Block 10, describe the Design Quality Management Plan (DQMP). Solicitation packages are not provided. This is not a request for proposal. Firms' visits to discuss the propos ed projects will not be accepted/scheduled. Standard Forms 254/255 can be obtained from the following Internet Site: https://www.nwp.usace.army.mil/ct/I/welcome.htm#acass.
- Place of Performance
- Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Country: US
- Zip Code: 22604-1450
- Record
- SN00495660-W 20031226/031224212013 (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 |