Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2004 FBO #0863
MODIFICATION

C -- Architect and Engineering Services- Fort Carson and Schriever AFB, CO Change of due date for SF 254's/255's

Notice Date
4/5/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
 
ZIP Code
80913-4323
 
Solicitation Number
W911RZ-04-R-0006
 
Response Due
5/7/2004
 
Archive Date
7/6/2004
 
Point of Contact
Sarah Mehlenbeck, (719)526-6624
 
E-Mail Address
Email your questions to ACA, Fort Carson
(sarah.mehlenbeck@carson.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Due date for SF 254's/255's has changed to NLT 2:00 P.M. Friday 7 May 2004. Text of original announcement is modified as follows: CONTRACT INFORMATION. Architect-Engineer (A-E) Services and non A-E Services, procured in accordance with PL 92-582 (Bro oks A-E Act) and FAR Part 36, are required to support engineering, design operations, maintenance, repair, and construction of various facilities (and utility systems) for Fort Carson, Colorado and Schriever AFB, Colorado to include the Pinon Canyon Maneuv er Site, 40 miles east of Trinidad, Colorado, and as needed, other Federal Properties along the Front Range in Colorado. Up to two Indefinite Delivery Indefinite Quantity Contracts will be negotiated and awarded, each with a base period not to exceed one ( 1) year and two (2) option periods not to exceed one year each. The amount of work in each contract period will not exceed $2,000,000.00 in any period and the cumulative total of all the Task Orders for the base and option periods will not exceed $6,000.00 0.00. The minimum amount for the base year will be $100,000.00 An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-pr ice or labor-hour task orders not to exceed the base/option period contract amount. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables und er the current contract, current capacity to accomplish the order in the required time, uniquely relevant specialized experience, and equitable distribution of work among the contractors.The contracts are anticipated to be awarded in the Spring/Summer of 2 004. This announcement is open to all businesses regardless of size and is unrestricted.The NAICS code for this procurement is 541310 and the size standard is $4,000,000.00 If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Carson area, which will be considered in the negotiation of this contract are: (1) at least 60% of a contractors intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 18% of a contractor's intended subcontract amount be placed with SDB; and, (3) at least 3 .5% of a contractor's intended subcontract amount be placed with WOSB. Service Disabled Vetern Owned small business must also be considered. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contrac tor Registration (CCR). Register via the CCR Internet site at www.ccr.gov. PROJECT INFORMATION. Design and engineering services are required to support the Fort Carson Directorate of Public Works and Schriever AFB's effort for: New Construction, Additions, Alteration/Renovations to Existing Facilities, Maintenance and Repair of Existing Facilities, Utility Infrastructure, and Systems (both vertical and horizontal), plus Investigation of Engineering Alternatives for Evaluation. Work will be submitted in hard copy report format, five full size (34in x44 in) and two half size (17 in x22 in) sets of drawings, and two MicroStation Version 7 or compatible format CDs. Reports, Specifications, Findings and Recommendations (F&R) will be submitted using Microsoft Word . Estimates will be submitted using R.S. Means based PULSAR format. All reports, specifications, F&R, and estimates will be submitted in hard copy and on two CD s, multiple documents for one project may be on the same CD.SELECTION CRITERIA. See Note 24 for a general description of the A-E selection process. The selection criteria for this particular contract are listed below in descending order of importance (firs t by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as tie-breakers among technically equal firms. a.Qualified professional personnel (prime and consultants) in the following key disciplines: Project management (architect or engineer), architecture, fire protection engineering, mechanical engineering, electrical engineering, structural engineering, civil engineering, and land surveying. The lead architect or engineer in each discip line must be registered to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. In addition, a certified industrial hyg ienist must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate must be included in Block 10 of the SF 255. The Project Team Management, including a team organization chart and proposed method of carrying out the work to meet the anticipated project requirements and schedules, must be provided and addressed. b.Specialized experience and technical competence in: (1) A-E services, including Site Investigation and Project Definition, Environmental Assessments and Studies (op tion), Surveying (option), GIS Mapping in MGE Model using Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) (option), Geo-tech Investigation (option), Engineering and Planning Studies (option), Value Engineering, Economic Anal ysis, Concept Design (plans, draft specifications, and preliminary cost estimate), Final Design (plans, specifications, and detailed cost estimate) (option). (2) Non A-E services including: Drafting and CADD Services (in MicroStation format only using Fort Carson's approved CADD standards), Construction Phase Services (review shop drawings, material and equipment submittals) (option), Construction Quality Assurance Services (review/verify construction contractor's Quality Control Program) (option), Construc tion Contract Management Services (on site inspections during key events and tests, review and assessment of the construction contractor's progress schedule, reports, requests for contract modification, and requests for payment) (option), and Laboratory Te sting of Materials (option). (3) Quality designs, based on an evaluation of a firm's Design Management and Quality Plan (DM&QCP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedur es, and prior experience of the prime firm and any significant subcontractors on similar projects. (4) Contractor facilities must have capability to deliver digital data on CD-ROM, and 3.5 in micro disks. Digital data must be readable and fully operational with Intergraph MGE or GeoMedia system formats. The contractor shall also be responsible for accomplishing designs and preparing drawings using MicroStation and delivering three-dimensional drawings in digital format. The Government will only accept the f inal product for full operation, without conversion or reformatting, in the target CADD software format. Text and charts shall be in Microsoft Word and Excel version 2000.(5) Design/construction cost analysis: ability of the design effort to remain within budget parameters.(6) Construction cost estimating and preparation of estimates using Pulsar, R S Means based automated software. (7) Surveying, testing, and quantifying friable asbestos in buildings, and preparation of plans and specifications for removal and disposal of asbestos. c.Capacity to perform approximately $2,000,000 in work of the required type in a one-year period. The evaluation will consider the av ailability of an adequate number of personnel in key disciplines and equipment availability. (1)Capacity/ability to adjust staffing levels to accomplish a diverse number of projects within a short (30-60 day) period that are funded for design and construct ion at the end of the fiscal year. d.Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from Architect-Engineer Contract Administration Support System (ACASS) and other sources.(1) Provide examples of project specific work, including past and/or current IDC's, with the Department of Defense and other Government agencies and/or private industry.(2)Provide specific examples of cost control and estimating performan ce on past projects. e. Knowledge of design of building envelopes and systems in the Fort Carson/Front Range environment. f.Geographic proximity to Fort Carson, Colorado being within two hours from the Directorate of Public Works at 805 Tevis Street, Fort Carson, CO.g. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. h.Volume of DoD contract award s in the last 12 months as described in Note 24. 4.SUBMISSION REQUIREMENTS. See Note 24 for general submission requirements. This is not a Request for Price Proposal (RFPP). A solicitation will only be provided to the most highly qualified candidate after this process. All requirements of this request must be met for a firm to be considered responsive. Interested firms having the capability to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for th e prime firm and all consultants to: Directorate of Contracting, Attn: Sarah Mehlenbeck, 1633 Mekong Street, Bldg 6222, Fort Carson, CO 80913-4310 not later than 2:00 PM May 7, 2004. No exceptions. The forms and attachments are not exceed 50 pages each. Su bmissions received by FAX will not be accepted and will be considered non-responsive. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call (503) 808-4591. Prior to the final selection, firms considered Most Highly Qualified to a ccomplish the work may be interviewed by telephone or by formal presentation. A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. A solic itation will only be provided to the most highly qualified candidate. The submissions must not exceed 50 pages. The following additional information is requested: a. Form SF 254 must include the following:(1) BLOCK 7: Firms with more than one office must p rovide addresses, telephone/FAX numbers for each office.(2) BLOCK 7a: Total number of personnel for each office listed in BLOCK 7. b. Form SF 255 must include the following:(1) BLOCK 3: The Prime Firm's Architect-Engineer Contract Administration Support Sy stem (ACASS) ID number, Contract Establishment Code (CEC) and DUNS number and the ACASS number for any consultants in Block 6 of the Prime Firm's SF 255. If unknown, so state. (2)BLOCK 4: Distinguish by discipline the number of personnel in the Prime's off ice (line B), and all consultants (line A), to perform the work, and the total number of personnel for each line. (3)BLOCK 7c: Each key person's office address,including telephone/FAX number if different than stated in BLOCK 3 of the SF 255 or BLOCK 1 of t he SF 254.(4) BLOCK 7f: Registrations must include state, year and discipline.(5) BLOCK 8: Descriptive project synopsis, which best illustrates the prime's qualifications relevant to this announcement. (6)BLOCK 10:(a)An organizational chart indicating all key personnel (Prime and Consultant), to be utilized under this contract. (b) The Design Management and Quality Control Plan (DM&QCP), which should be brief and include an explanation of the Prime A-E Firm's management approach, management of subcontractor's (if applicable), and specific quality control procedures used.(c) The Prime A-E Firm's present workload and the availability of their project team (including consultants) for the specified contract performance period.(d) Describe owned or leased equipment that will be used to perform this contract, as well as MicroStation capabilities.(e) Indicate the Estimated percentage involvement of each firm on the propos ed team. If you have any questions about this announcement please contact the Contract Specialist via email (preferred) at sarah.mehlenbeck@carson.army.mil or via telephone (719) 526-6624.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1633 Mekong Street, Building 6222 Fort Carson CO
Zip Code: 80913-4310
Country: US
 
Record
SN00560142-W 20040407/040405212235 (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.