Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2004 FBO #0789
SOLICITATION NOTICE

C -- C -- Firm-Fixed Price Contract for Design and Related Services for Maneuver Systems Sustainment Center, Red River Army Depot (RRAD), Texas Ms. Linda Eadie, (817) 886-1085; Technical – Mr. Lynn Ray, (817) 886-1961

Notice Date
1/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-04-R-0006
 
Response Due
2/27/2004
 
Archive Date
4/27/2004
 
Point of Contact
charlotte.harris, 8178861064
 
E-Mail Address
US Army Engineer District, Fort Worth
(charlotte.harris@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Multidiscipline Design or other Professional Services, procured in accordance with PL-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36, are required for engineering, design, and related services to support primarily subject Military Construction Project at Red River Army Depot. Work may include but not be limited to any or all of the following: design, drafting, planning, military construction programming, construction cost estimating, topographic or boundary surveys, on site construc tion management, various engineering studies, site investigations, value engineering services, subsurface geotechnical investigation, testing, and reports, demolition, environmental studies, testing and reports, and hazardous materials testing, abatement, and design services. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, w hich corresponds to SIC Code 8711. The contract is anticipated to be awarded on or about March 2004. The estimated construction cost for this project is $40-50 million. The estimated performance period for A-E Services is currently anticipated to be from M arch 2004 through September 2005. Should services during construction be required, this performance period could be extended an additional 30 months. All offerors are encouraged to visit the following website http://acquisition.army.mil to view other busi ness opportunities across the Army. 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 subcontracting plan for that part of work it intends to subcontract. The Fort Worth District goals on work to be subcontracted is that a minimum of 57.2% of the contractors total intended subcontracted amount be placed as follows: 10.0% be placed with the Small Disadvantaged Business (SDB); 10.0% be placed with Women Owned Small Business (WOSB); 3.0% with Service-Disabled Veteran-Owned Small Business; 3.0% with HUB Zone Small Businesses; and the remaining 31.2% be placed with Small Business (SB). The plan is not required as part of this submittal but will be required with the fee proposal of the firm selected for negotiations. Before a small business is proposed as a potential subcontractor, they 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 and 255s are submitted will result in their elimination as a proposed subcontractor. 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 under the Service Contract Act. The proposed services will be obtained through a Negotiated Firm Fixed Price Contract. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registr ation (CCR). Firms may register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: This contract work requires project design and construction docume nts for a large complex Maneuver System Sustainment Center in support of the Red River Army Depot Center and the Technical Excellence mission for rebuild, overhaul, and recapitalization of all joint service tactical vehicles. The Center will be the premier facility to support joint transformation. It will function as a first class power projection platform in supplying tactical vehicles to specific Army missions. It will accommodate the remanufacture of future fielded combat systems such as hybrid electrica l vehicles. The Center will house all operations for disassembly, rebuild, overhaul, recapitalization, remanufacture, technology insertion, metal finishing, bod y repair, painting and preparation for release to customers of tactical vehicles. It will provide a state-of-art metal finishing and treatment facility that is economical, environmentally friendly, efficient, and user health safe. Brief descriptions of the main facilities are as follows: Tactical Vehicle Maintenance Facility – provides a flexible working area for joint service tactical service depot maintenance mission. Design will consider long span roof structural design to provide unobstructed work spaces. Design will consider a 25-foot clearance between floor and overhead bridge crane. Industrial ventilation for vehicle maintenance and welding will be included. Tactical Vehicle Painting and Shipping Facility – provides all operations to prepare and paint tactical vehicles and their components and to prepare those vehicles for shipment. Ventilation for painting, dry filter paint booths with overhead conveyors, and drying ovens will be included. Metal Finishing Facility – provides surface pre paration, plating, abrasive blasting, and painting. The design must consider air release treatment, industrial wastewater treatment for aluminum plating and armor, steel and steel armor, stainless steel, and magnesium components. The design will consider c ell, line, and bay arrangements. Wireless communications capabilities and electronic tracking tag technology will be incorporated into the design. Air conditioning will be provided in selected areas for precision processing requiring controlled humidity an d temperatures as well as other administrative areas, break areas, and work areas as identified. Anti-terrorism/force protection (DOD AT/FP) will be incorporated into the design. The design will also consider the demolition and removal of all buildings and equipment at the proposed site of new construction to include removal of all hazardous materials and toxic wastes. Support services may include geotechnical investigations. Real Estate coordination with host installation and commercial-privatized agencies on the depot will be required. Key design team personnel (Project Manager, Civil Engineers, Architects, Mechanical Engineers, Electrical Engineers, Industrial Engineers, Systems Engineers, Structural Engineers, Environmental Engineers) must have prior exp erience in preparation of planning documents, construction plans, specifications, and cost estimates for similar facilities. Similar facilities would include Industrial or Tactical Armored Vehicle (Wheeled and Tracked) Maintenance Facilities, Industrial Ve hicle Paint Facilities, Aircraft Maintenance Facilities, and Aircraft Paint Facilities. Prior experience in DOD design and construction, U.S. Army Corps of Engineers design and construction, and M-CACES cost estimating must also demonstrated. Final CAD del iverables must be in Bentley Microstation. If awarded to a small business firm, the prime will be required to perform at least 51% of the cost of the contract performance. 3. SELECTION CRITERIA: Selection criteria in descending order of importance are as follows {Criteria (a)-(d) are primary items; criteria (e)-(g) are secondary items and are used as tie-breakers among technically equal firms}: (a) Specialized Experience and Technical Competence (ensure that all special experience requirements are reflect ed on appropriate personnel resumes at Block 7of the SF 255): (1) The team must demonstrate recent (within the last 5 years) and significant experience in the design of facilities and infrastructure for military installations (primarily for Air Force or Ar my), paying particular attention to similar projects, area architecture and conditions, utility systems, landscaping, interior design, service/command unique requirements, depot and assembly systems, large vehicle paint operations, value engineering, and e nvironmental issues. It is suggested that Block 8 of the SF 255 be modified to include one relevant project per page to ensure that scope of relevant projects are clearly defined and that participation by the proposed design team is fully identified and defined on past projects. Do not exceed ten pages for Block 8. (2) Demonstrate design and planning for depot and systems engineering type of projects, specifical ly with experience in break down, assembly, painting, and shipping of motorized vehicles. (3) Demonstrate 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. The firm must also state its familiarity with the contents of UFC 3-600-01, Design of Fire Protection Engineering for Facilities which has replaced Mil HDBK 1008 and is aware of the differences between the two. (4) Demonstrate experience in design, survey, and handling and disposal requirements for abatement of asbestos and lead-based paints, and the handling and disposal of other toxic and regulated hazardous substances. To minimize destructive testing required for on-site lead based paint surveys; the team sh all utilize a suitable X-ray fluorescence device. Survey team members must have demonstrated experience in use of this device. (5) Demonstrate experience in design per DOD Anti-Terrorism/Force Protection (AT/FP) standards. (6) Firms must demonstrate past d esigns which comply with the Uniform Federal Accessibility Standards (UFAS) and the Americans with Disabilities Act (ADA) requirements. (7) Firms must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution p revention, energy efficiency, and conservation in facility design. (8) Firms must demonstrate experience in evaluating contractors construction material and equipment submittals, shop drawings, and performing on site construction surveillance. (9) Firms mu st demonstrate the ability to prepare specifications using Government furnished programs such as Specsintact. (10) Firms must demonstrate the ability to prepare construction cost estimates using Government furnished programs such as M-CACES. Design Team me mbers responsible for construction cost estimating must demonstrate prior experience in use of M-CACES software. Identify specific projects on which M-CACES has been utilized. (11) Firms must demonstrate the ability to submit drawings in both AutoCAD and B entley Microstation utilizing current versions. (12) Firms must demonstrate the ability to provide data files on CD-ROM discs. (13) Firms must demonstrate the ability to create CAL raster files of all CAD drawings. (14) Firms must demonstrate the ability t o create PDF files of specifications and other documents. This includes scanning documents where direct file conversion to .pdf is not possible. (15) Firms must demonstrate the ability to access the Internet. This includes the ability to submit date by Fil e Transfer Protocol (ftp) utilizing an ftp client. Firms must demonstrate the ability to access and send e-mail several times daily during the contract. (16) All narrative text, other than specifications, shall be completed using Microsoft Word and Excel o n Windows 95/98/2000/MeNT 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 capabili ty or a database that can be imported into MS-Access (2000) is also required. (b) Professional Capabilities: The Contract will require for the A-E contractor (either in-house or through a consultant) as a minimum, the following: One (1) Project Manager d edicated to only project management, three (3) registered Architects, one (1) Landscape Architect, one (1) Architectural Hardware Specialist, one (1) Interior Designer, three (3) three registered Electrical Engineers, one (1) Systems Engineer specializing in Communications, three (3) registered Mechanical Engineers, (1) registered Industrial or Systems Engineer specializing in depot or assembly line type plant pl anning and design, three (3) registered Civil Engineers, (1) registered Geo-Tech Engineer specializing in geo-technical analysis and reporting, a soil boring and testing firm, three (3) registered Structural Engineers, one (1) registered Fire Protection En gineer (a registered professional engineer who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys {NCEES} or a registered professional engineer in a related engineeri ng discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), one (1) Life Safety Specialists, two (2) environmental survey specialists, one (1) registered Environmental Engineer, an environmental testing lab, one (1) Value Engineer, two (2) Cost Estimators, one (1) registered Surveyor as well as survey crew personnel. None of the required personnel can be dual disciplined, i.e. – a separate employee must be provided for each stat ed requirement above to meet the number required. Resumes must be provided for each of the personnel listed above. If so desired, modify the resume page of the SF 255 (Block 7) to provide one resume page per employee to provide adequate information relevan t to past projects and specific experience. Repeat the resume page as required top provide information on all personnel referenced. Information is required for all of the above listed requirements. (c) Demonstrate past performance of DOD contracts, prefera bly U.S. Army Corps of Engineers with respect to cost control, quality of work, and compliance with performance schedules. (d) Knowledge of the locality - this includes all applicable architectural criteria, building codes, environmental regulations, seism ic requirements, wind loads, soil conditions, and regulatory agencies. The following items (e) – (g) are secondary criteria. (e) Subcontracting – firms must show the extent of participation of SB, SDB, VOSB, HUBZone SB, and WOSB in the proposed c ontract team, measured as a percentage of the estimated effort. (f) In Block 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 the firm uses to ensure that a quality design is produced. (g) Geographical proximity to the Fort Worth District offices and the RRAD. 4. SUBMITTAL REQUIREMENTS: (a) Interested firms to be considered must provide one submittal package no later than 4:00 p.m. on the 30th day after the date of this announcement appears in the FedBizOps. If the 30th day is a Saturday, Sunday, or a Federal Holiday, the deadline is 4:00 p.m. of the next business day. The 11/92 versions of the forms or computer- generated equivalents must be used. Submittals should be sent to U.S. Army Corps of Engineers, ATTN: CESWF-CT, Ms. Linda Eadie, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). Ms. Eadie can be reached at Commercial 817-886-1085 between the hours of 0700 to 1600 daily. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and each proposed consultant, even if an existing SF 254 is already on file. SF 254’s shall be provided for the specific prime and s ubcontractor offices proposed to perform the work. Indicate in Block 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 sale s 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 AE shall not include company literature with the SF255. In Block 3 of the SF 255, provide the ACASS number for the prime AE or Jo int Venture. The ACASS number must be for the firm performing the work; i.e., not the parent company ACASS number, but an ACASS number specifically for the office performing the work. Each branch 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. (d) Include the FedBizOps announcement number in Block 2b of the SF 255. (e) In Block 4 of the SF 255, insert the number of personnel proposed for the contract by discipline (not necessarily total capacity), consultants listed in column (a) and In-House personnel listed in column (b). (f) In Block 6 of the 255, identify the discipline/service to be supplied by each consultant. Provide br ief resumes in Block 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 minimum stated in paragraph 3b. (g) Personal visits to discuss this announcement will not be scheduled. (h) Solicitation packages are not provided for the A-E contracts. In Block 10 of the 255, state and address each of the following numbered requirements including subparagraph numbers and headings as indicated below. Reference individual resu mes to minimize duplication if desired. Block 10 should be limited to twenty pages. Provide the following information: (1) volume of DOD awards in the past 12 months relative to date of this announcement. Provide an itemized summary including Agency, Contr act Number, Project Title, and Award amount; (2) Address key personnel (by name) with experience and training in the use of M-CACES estimating software; (3) Address key personnel (by name) with experience in fire protection/life safety design to include NF PA and MIL HDBK 1008C knowledge; (4) Address key personnel (by name) with experience for UFAS/ADA design; (5) Address key personnel (by name) with experience in evaluation of contractor submittals, shop drawings, and construction surveillance; (6) Address key personnel (by name) with experience in environmental issues to include asbestos and lead-paint testing, handling, and disposal; (7) Address key personnel (by name) with experience in geo-technical testing and reporting; (8) Address Design Team capabili ties (clarify planned capability, existing capability, and prior experiences) with creating AutoCAD and Microstation CAD files. Also detail experiences in conversion from the system you commonly use to the target systems; (9) Address Design Team capabiliti es (clarify planned capability, existing capability, and prior experiences) with creating .cal files and viewing uncompiled .cal files; (10) Address Design Team experience with the use of an XRF device; (11) Address Design Team capabilities (clarify planne d capability, existing capability, and prior experiences) with editing Specsintact files; (12) Address Design Team capabilities (clarify planned capability, existing capability, and prior experiences) with creating and editing CD’s; (13) Address Desig n Team capabilities (clarify planned capability, existing capability, and prior experiences) with MS Word/Excel/Access or alternate word processing, data base, and spreadsheet software; (14) Address Design Team capabilities (clarify planned capability, exi sting capability, and prior experiences) with Internet access, e-mail, virus software, and .ftp client; (15) Address Design Team past performances with respect to cost control, quality of work, and compliance with schedules. Clarify participation by propos ed team personnel referenced on this SF 255. Project designs should have been initiated within the past 5 years. Provide relevant references if responses not related to projects in Block 8; (16) Address Design Team success in prescribing the use of recover ed materials, achieving waste reduction, pollution prevention, energy efficiency, and conservation in facility design; (17) Address the capacity of the Design T eam in preparing design and contract documents for this type of proposed contract; (18) Address past experiences if any in preparing design for construction project packages for DOD, in particular for the U.S. Army Corps of Engineers; (19) Address Design Team experience, if any, in conducting Value Engineering evaluations for project designs; (20) Address Design Team past experience with Depot or industrial/commercial assembly line type plant projects; (21) Provide Design Quality Control (DQC) Plan as spec ified in this document; (22) Address subcontracting issues and extent of participation of SB, SDB, etc.; (23) Solicitation packages are not provided for AE contracts; (24) Provide other relevant information as required for consideration for this announceme nt. Note – this is not a request for proposal. Points of Contact (POC’s): Contracting – Ms. Linda Eadie, (817) 886-1085; Technical – Mr. Lynn Ray, (817) 886-1961. Questions can be emailed to US Army Corp of Engineers District, Fort Wort h at Linda.d.eadie@swf02.usace.army.mil or lynn.ray@swf02.usace.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA63/W9126G-04-R-0006/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00509494-F 20040125/040123215305 (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.