Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2004 FBO #0859
SOURCES SOUGHT

C -- MULTI-DISCIPLINARY Contract for Master Planning, GIS, Design, & Other Engineering Support, Savannah District and SAD Wide (for a more detail of area covered please see the description)

Notice Date
4/1/2004
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
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-0060
 
Response Due
5/1/2004
 
Archive Date
6/30/2004
 
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
N/A
 
Description
Technical Point of Contact is Robert Callahan at 912-652-5246, robert.a.callahan@sas02.usace.army.mil; Contractual Questions: Nina Jodell at 912-652-5465, nina.g.jodell@sas02.usace.army.mil; Questions concerning SF 255 information, debriefings: Luci e Hughes at 912-652-5645, lucie.m.hughes@sas02.usace.army.mil; Questions concerning subcontracting plan: Gwen Parker at (912) 652-5340; SF 255 to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Ogl ethorpe Avenue, Savannah, GA 31401. ****** 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and quali fications for the required work. The services will consist of preparation of all or parts of master plans; creation, development, or operation of GIS's or other engineer automated systems; project planning and design; environmental planning or assessments; surveying; or other related engineering work for U.S. Army Corps of Engineers offices, U.S. Army installations, U.S. Air Force bases, U.S. Navy or Marine bases, or other federal government owned facilities, installations, or real estate under their contro l within the South Atlantic Division area of Georgia, South Carolina, North Carolina, Florida, Alabama, Mississippi, Tennessee, Puerto Rico, and Central and South America, or other projects assigned to Savannah District. The contract will be an indefinite delivery indefinite quantity contract. The contract will be for one basic ordering period and will have two option periods with a total contract limit of $3,000,000. Work will be issued by negotiated firm-fixed-price task orders. The contract is anticipa ted to be awarded in September of 2004. This announcement is open to all firms regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. L arge 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 subcontracting 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 subco ntracting plan. OF THE SUBCONTRACTED WORK, 57.2% TO SMALL BUSINESS; 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 10% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% TO SERVICE-DISABLED VETERAN-OWNED SMALL BUISNESS (A COMPOSITE OF SMALL BUSINESS AND VETERAN-OWNED SMALL BU SINESS). While the Savannah District does not have a specific target for subcontracting with Veteran-owned Small Businesses, this must be address ed in any subcontracting plan. 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 5119.7, Appendix DD. The plan is not required with thi s submittal, but will be required with the fee proposal of the firms selected for negotiations. For addition al information, contact Gwen Parker at (912) 652-5340. The NAICS is 541310; size standard $4 million. To be eligible for contract award, a firm mus t be registered in the DOD Central Contractor Registration (CCR). 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: Individual task orde rs to be issued under this contract may include preparation of all or parts of installation master plans or base comprehensive plans and various visual or graph ic methods of displaying them; general plans or summary development plans; installation design guides or architectural compatibility standards; project planning, evaluations and analyses, and programming documents; privatization studies; various types of i nstallation wide or project specific engineering studies or surveys employing numerous data collection techniques; planning, creation, development, or operation of GIS's or other engineer automated systems; project planning, site investigation, and design; environmental planning or assessments; aerial and ground surveying and various photogrammetric and mapped products derived from these; development of presentations or briefings, on-site training or technical support, or arranging for conferences in any of the areas listed above; or other related engineering work on projects under the jurisdiction of or assigned by customers, other Corps of Engineer offices, or other agencies to the Savannah District. The preponderance of the work under the contract will be for Savannah District; however, the contract may be used for other Federal agencies. ******3. SELECTION CRITERIA: See Note 24 for general selection criteria. Factors listed below will be rated based on a relative 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 Management/Capacity and significantly more important tha n the other individual factors. Key Personnel and Work Management are weighted equally and each factor individually is more important than Knowledge of Locality. Small Business Utilization and Volume of DOD Contract Awards are weighted equally and will on ly be used as *tie-breakers* among firms that are essentially technically equal. 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 gov ernment that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firms determined to be most highly qualified. Information on each factor should be submit ted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, t his must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. **** FACTOR 1 - SPECIALIZED EXPERIENC E AND TECHNICAL COMPETENCE. The firm must demonstrate (in sufficient detail to allow government reviewers to evaluate and rate the experience) through specific data supplied in Blocks 7, 8, and 10 of the SF 255 specialized experience and technical competen ce in (in descending order of importance within this category): Short-range components, long-range components, mobilization components, master plans, comprehensive plans, summary development plans, general plans, master plan digests, or future development plans and reports Project programming documents (DD Forms 1391, DA Forms 4283, and similar methods), cost estimating, or economic analyses Planning Charrettes, Project Development Brochures, Customer Concept Documents, Requirements Documents, and area deve lopment plans Installation Design Guides, Architectural Compatibility Standards, or other projects associated with aesthetics or design standards for facilities and grounds Traffic engineering studies Engineering studies, plans, or analyses involving facilities, infrastructure, or operational activities Capital Investment Strategies and Tabulations of Existing and Required Facilities Historic structures surveys a nd studies (1) Siting alternative analyses (2) Analyses and mapping of safety, environmental, or other factors affecting future development (3) Brochures, renderings, models, videos, or other comparable visual or graphic tools (4) Geographical Information Systems (5) Automated mapping/Facilities management and digital floor plans (6) Evaluation of needs for hardware or software (7) Scanning maps, drawings, master plans, photos, or building plans (8) Integrating CADD or GIS with other engineer automated sys tems (9) Verification of existing databases, database scrubs, database design and development, and records conversion (10) Developing macros and user commands for MDL, Micro CSL, MGE/MGA or other systems environments or languages (11) Project concept, pre- final, and final designs (12) Planning and design of building interiors (13) Computer Aided Design and Drafting (14) Subsurface soils investigations (15) Environmental plans, assessments, or impact statements (16) Hazardous materials identification and rem ediation recommendations (17) Archeological and cultural resources impact and mitigation recommendations (18) Aerial black and white or color or false color infrared photography and photogrammetric products derived from these (19) Field instrument surveys (20) Establishing horizontal and vertical ground control using GPS or other surveying techniques (21) Field surveys or metering for data collection on utilities systems, environmental or safety constraints, buildings, or other real property located within the confines of a government installation (22) Arranging conferences in any of the areas listed above (23) Other narrative, tabular, graphic, or mapped products related to master planning, design, environmental analysis, surveying, or engineer systems auto mation or integration not specifically mentioned above (24) On-site training of government personnel or placement of employees of the firm at customer locations for technical support in any of the areas listed above. (25) Development and presentation of br iefings on any of the subjects listed above. (26) **** FACTOR 2 - PAST PERFORMANCE. The Selection Board will evaluate the firm's past performance on DOD and other contracts with respect to quality of work, compliance with performance schedules and cost con trol. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF 255 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 - KEY PERSONNEL. Key personnel should be listed in Block 7 and should contain resumes with an indication of professional registration and office location. Key personnel presented in the SF 255 shall be the individuals who will routinely be involved in the actual production of work under this contract. All key personnel shall be shown on the organization chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: Architect, Landscape Architect, In dustrial Hygienist, Civil Engineer, Surveyor, Structural Engineer Mechanical Engineer, Electrical Engineer, Planners (2) AICP Certification required Historic Architect, Traffic Engineer, Fire Protection Engineer, The fire protection engineer shall be a reg istered professional engineer, have a minimum of five years experience dedicated to fire protection, 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 f or Engineering and Surveys fire protection engineering examination. Other key personnel not requiring registration (although registration/certification for all is encouraged) include the following: Project Manager, Interior Designer, Archeologist, Economist, Safety Specialist, Model Maker, Video Editor, Camera Operator, Graphic Illustrator, Video Producer, Environmental Engineer, Photogrammetrist, GIS Systems Spe cialist, Cost Estimator, Computer Programmer, Ecologist. One resume only shall be provided for each of the above disciplines with the exception of two for the planners. Other personnel should be shown on the organization chart by the total number availabl e 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 number of personnel located in the specific office submittin g the SF 255. All others, including personnel from branch offices in other locations, are to be indicated as consultants in Column **** 4. FACTOR 4 - WORK MANAGEMENT/CAPACITY. A proposed management plan shall be presented which shall include an organiza tion chart to include only the personnel who will be assigned to the team for this contract. The offeror shall briefly address management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consu ltants, 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 o f the primary office shall be addressed within this work management plan. Address the firm's capacity to perform approximately $1,000,000 in work of the required type in a one-year period. **** FACTOR 5 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area where work is anticipated to be accomplished **** FACTOR 6 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as prime contractor, su bcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimu m, the narrative shall discuss: (a) Goals for subcontracting with 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 go vernment's policy to maximize opportunities for these types of businesses. (b) 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. (c) 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. ****** 4. SUBMISSION REQUIREMENTS . Firms shall submit one (1) hardcopy of SF 255 (11/92 edition) and one (1) CD (Word or Adobe) copy of the SF 255 to the following address: U.S. Army Engine er District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Oglethorpe Avenue, Savannah, GA 31401. Receipt of SF 255 is due no later than 4:00 PM on 1 May 2004. THE SF 255 SHALL NOT EXCEED 50 PAGES, INCLUDING 10 PAGES FOR BLOCK 10, PRINTED ONE SIDE (OR 25 AND 5 PRINTED DOUBLE SIDED PAGES). FONT SIZE SHALL BE 10 OR LARGER. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN BLOCK 3B OF THE SF 255. For ACASS information, call (503) 808-4591. FACSIMILE SUBMITTALS WILL N OT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a Quality Assurance P lan 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 not to transmit this plan with their SF 255. PHONE CALLS ARE DISCOURAGED UNLESS ABSOLUTELY NECESSARY. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED. SOLICITATION PACKAGES ARE NOT PROVIDED AND NO ADDITIONAL CONTRACT INFORMATION WILL BE GIVEN TO FIRMS DURING THE ANNOUNCEMENT PE RIOD. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00558410-W 20040403/040401212354 (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.