SOURCES SOUGHT
C -- Sole Source contract for mechanical/electrical construction phase design services
- Notice Date
- 5/28/2004
- Notice Type
- Sources Sought
- Contracting Office
- US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-04-R-0048
- Response Due
- 6/28/2004
- Archive Date
- 8/27/2004
- Point of Contact
- Kevin J. Maloy, 907-753-5594
- E-Mail Address
-
Email your questions to US Army Corp of Engineers, Alaska
(kevin.j.maloy@poa02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Document Type: Sources Sought/Notice of Intent to Award Sole Source Solicitation No: W911KB-04-R-0048 Title: Indefinite Delivery Architect and Engineering Services for Mechanical/Electrical Design and Related Work Location: Primarily Various Locations in Alaska Issue Date: 28 May 2004 Proposal Due Date: 28 June 2004 Price Range: Less Than $3,000,000 Media: Web Contracting POC: Kevin Maloy THIS IS A NOTICE OF THE GOVERNMENT'S INTENT TO AWARD A SOLE SOURCE ACTION. Under the authority of FAR 6.302, the Government intends to award a sole-source action to PDC Inc. to provide mechanical/electrical construction phase design services under their existing indefinite delivery contracts by increasing each contract's value fr om $3,000,000 to $3,500,000. The design services for the current task orders are deemed to be available only from the original source of this contract for the continued provision of highly specialized services currently under design when it is likely that award to any other source would result in a substantial d uplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency's requirements for pending AE actions. Any projects designed for construction under these contracts will be competed. If an AE is interested and believes they are capabl e of performing this work, they are invited to submit their letter of interest along with an outline of their qualifications (SF254/255), addressing knowledge or experience of the instant procurement or methodology to provide the designs without unacceptable delays or duplication of costs. All responders are advis ed that this project may be cancelled or revised at any time during the solicitation, evaluation, negotiation and final award. A determination by the Government not to compete this proposed contract action is within the discretion of the Government. 1. CONTRACT INFORMATION: This acquisition will be conducted under NAICS Code: 541310. The small business size standard for this code is $4,000,000.00. This announcement is open to all businesses regardless of size. If a large business is selected for t his contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY04 subcontracting goals for this contract are a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses, 10% of that to small disadvantaged businesses, 10% to woman-owned small businesses, 3.0% t o veteran-owned small businesses, 3.0% to service disabled veteran-owned small businesses, and 3.0% to HUBZone small businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price type contract. The contract limit is $500,000. There is no specific delivery orde r limit, however, it shall not exceed the limit of the contract. For firms who wish to provide submittals based on the qualifications below and that can meet the project criteria by addressing the knowledge or experience of the instant procurement, or methodology to obtain the information without unacceptable delays or duplicative cost; the submittals must be received at the address indicated above no later than 2:00 pm Alaska Time by the date indicated above. Any submittals received after this date will not be considered. To be eligible for contract award, a firm must be registered in the DoD Central contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. For further questions and/or concer ns, please contact: CCR Assistance at (888)277-2423 (Monday ?????? Friday, 8 a.m. ?????? 6 p.m. EST) or Electronic commerce Information Center (ECIC) at (800) 334-3414 (Monday ?????? Friday, 8 a.m. ?????? 6 p.m. EST) at www.fbodaily.com. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided. This is not a request for proposal. See Note 24. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are provide construction phase services on a coal-fired centra l heating and power plant; the studies to analyze existing electrical power and lighting systems; identify electrical problems and solutions for repair; heating, ventilation and air condition; exterior electrical distribution; building design; and refrigeration design. The AE may be required to participate in programming and design charrettes. The Government may require that future designs be in metric. T he firm must demonstrate ability to provide AutoCAD-formatted drawings; use MCACES (An estimating system furnished by the Government), be familiar DD Form 1354; and will be required to use Dr. Checks review program, for all projects. MCACES using Work Breakdown Structures (WBS) format, DD Form 1354 and Dr. Checks programs shall be furnished by the government(systems information required for Dr. Checks: Must have a web browser program, either Internet explorer (Microsoft) or Navigator( Netscape) versions 4.0 or later; the web site is http: www.buildersnet.org , drchecks; permissions and passwords will be distributed on a project-by-project basis). LOCATION: Primarily Various Locations, Alaska. 3. SELECTION CRITERIA: The following selection criteria are listed in descending order of importance. Criteria (A)-(G) are primary selection criterion. Criteria (H)-(J) are secondary and will only be used as 'tie-breakers' among technically equal firms. (A) Minimum requirements for professional personnel in the following disciplines (all disciplines must be registered to practice in a State or possession of the United States): (1) Two mechanical engineers and two electrical engineers, each with ten years post-graduate experience. At least one engineer in each discipline must be registered for six years. (2) One engineer with ten years experie nce in design and operations of POL facilities. (3) A NACE certified corrosion engineer (a NACE certified cathodic protection specialist and a NACE certified coatings inspector would suffice for a NACE certified corrosion engineer). (4) A registered fire protection engineer. (5) A registered architect. (6) A registered civil engineer. (7) Registered structural engineer. (8) Registered geotechnica l engineer. (9) Specification writer. (10) A cost estimator. (11) An environmental specialist. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic and sub arctic environments must be integral to all design disciplines. Key design personnel must demonstrate training and specialized experience in cold regions design related to their specific discipline, as well as the ability to properly identif y and address critical interfaces between related disciplines. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 (11/92 edition) and SF 255(11/92 edition) for each subcontractor necessary. The SF 330 (1/04) edition, may be utilized if desired by the firm. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contrac t (This means that work physically completed in the state of Alaska [i.e., geotechnical, survey, etc.] must use Alaskan residents). (B) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN: 1) Cold Regions Design. 2) Designs and studies conducted for medium voltage systems including overhead/underground distribution, power plants and substations. Designs and studies conducted for low voltage systems including interior power, generators, uninterruptible power supplies and lighting systems. Designs and studies conducted for information management systems including exterior distribution, interior local area network and telephone systems. Designs and studies conducted for airfield lighting, hazardous areas, and lightning protection. 3) Petroleum facilities. 4) Heating, piping including utility systems, ventilation, air conditioning and refrigeration systems. 5) Utilid or and enclosed utility systems. 6) AFFF and high expansion foam (HEF) fire suppression systems, and fire detection systems. 7) Standard wet, dry and pre-action sprinkler systems. 8) Asbestos, lead paint, fuels/chemical spills, and related environmental issues. 9) Experience in preparing Title 5 air quality permits. C) Capacity to maintain schedules and accomplish required work on three simultaneous task orders. (D) Quality Control plan: please describe how it will be used to assure a quality product. (E) Location of the firm in general geographical area of the projects and availability of staff to AE staff to meet frequently with Corps personnel in the Alaska District Headquarters office in Anchorage, and construction Resident and Area offices in Anchorage and Fairbanks. (F) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. (G) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; r eduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonst rate their experience and training in sustainable design. Criteria H-J are secondary and will only be used as 'tie-breakers' among technically equal firms: (H) Knowledge of locality. (I) Volume of DOD contract awards in the last 12 months. (J) Extent o f participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting their letter of interests and qualifications must provide one (1) copy of the SF254/255 and should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personne l, (3) relationship of project team to overall organization of the firm (4) a quality control plan, and (5) in block 8c of the SF 255 include a Point of Contact and phone number. NOTE: Hand carried submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following procedures: The firm must provide the solicitation number, name of person or persons delivering the propos al, and mane of employer. This will be a day pass only. All passes are issued at the Muldoon Gate, Elmendorf AFB only. This information must be faxed to 907-753-2544 (reference the solicitation number) or forward electronically to the POC stated in the announcement no later than 48 hours prior to d elivery. Requests forwarded after this time will not be considered. On the day of entry, each driver must provide a valid drivers license, proof of curren t insurance, current IM certificate, and current valid vehicle registration. Inform the Muldoon gate personnel that this is a one day pass only and reference the solicitation number. NO ADDITIONAL INFORMATION SHALL BE PROVIDED, AND NO FAXED SUBMITTALS SHAL L BE ACCEPTED. THIS IS NOT A REQUEST FOR PROPOSAL.
- Place of Performance
- Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
- Zip Code: 99506-6898
- Country: US
- Record
- SN00594590-W 20040530/040528212222 (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 |