SOURCES SOUGHT
C -- GRSOC Operations Complex, Fort Gordon, GA
- Notice Date
- 2/2/2005
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-05-R-0033
- Response Due
- 3/4/2005
- Archive Date
- 5/3/2005
- Small Business Set-Aside
- N/A
- Description
- Technical Questions: Efrain Rosario at (912)652-6120; Contractural Questions: Nina Jodell at (912)652-5465; Questions concerning subcontracting plan: Leila Hollis at (912)652-5340; Questions concerning SF 330 and debriefings; Lucie Hughes at (912)65 2-5645 ** 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiations based on demonstrated competence for the required work. Architect-Engine er services are required for a Firm, Fixed-Price contract for an Operations Center on Fort Gordon, Georgia to electronically process, generate, handle and store classified information. After completion of a design charrette and programming of the facility and its supporting infrastructure, the A-E firm may either be required to prepare a Request For Proposals (RFP) for a design-build solicitation, or complete all design efforts on the project. If a design-build RFP is the selected strategy, the A-E will a ssist in evaluation of proposals, and compliance reviews during construction. Engineering Services may include requirements to accomplish any or all of the following: project programming and planning; site investigation; topographic survey and utility loc ation; soil borings and geotechnical report, engineering studies to support design development including vehicular traffic studies and utility capacity studies; design charrettes; interior design and furnishings; parametric and construction cost estimating ; construction phasing; construction phase services. Construction phase services may include preparation of operation and maintenance manuals, shop drawing and construction submittal reviews; site visits; technical assistance during construction; commissi oning design and support; design of tenant improvements and support services; and startup services. Award of the contract is anticipated in March 2005. This announcement is open to all businesses regardless of size that have a DOD Secret Facility Clearance with approved storage capability at the secret level and will only use US citizens for the performance of work under this contract. Small businesses are encouraged to team with other businesses. Large business firms that intend to do any subcontracting m ust convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting P lan 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 subcontracting plan. Of the subcontracted work, 50.9% to smal l business; 8.8% to small disadvantaged business (a composite of small business); 7.2% to women-owned business (a composite of small business); 2.9% to HUBzone small business, (a composite of small business); 0% to veteran owned small business; .05% to ser vice disabled veteran owned small business (a composite of small business and veteran-owned small business). While the Savannah District does not have a specific target for subcontracting with Veteran-owned Small Businesses, this must be addressed in any s ubcontracting 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 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firms selected for negotiations. For additional information, contact Leila Hollis at (912) 652-5340. 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 or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. ***** 2. PROJ ECT INFORMATION: Project requires the planning, programming and design of a multi-phased project for an Operations Center to electronically process, generate, handle or store classified information. Phase I construction will be approximately 200,000 squa re feet (SF). All building utility systems will designed for increased reliability and redundancy and a total facility UPS. In addition to the operations center, Phase I will construct a dining facility (10,000 SF), a fitness center (2,700 SF), and an ac cess control facility (1,400 SF). The site design of the Operations Complex, Phase I, will consider a future GRSOC Operations Complex, Phase II and III, consisting of additional operational space of approximately 240,000 SF in Phase II and 80,000 SF in Ph ase III, and a Child Development Center (20,000 SF). The Architect-Engineer Contract may include the option for design of Phase II and Phase III. The estimated construction cost of Phase I is between 50 and 60 million dollars. The estimated construction cost of Phase II is between 50 and 70 million dollars. Anti-Terrorism/Force Protection (AT/FP) measures will be required in the design. Access for the handicapped will be provided. Comprehensive interior design services are required. Specifications will be produced in SPECSINTACT using Uniform Guide Specifications. Design review comments and their responses will be performed on Corps of Engineers Review Management System ProjNet/Dr-Checks. This project has been chosen as a showcase for sustainable desig n with the goal of achieving a minimum Gold level of sustainable design features as measured through the use of Sustainable Project Rating Tool (SPiRiT). SPiRiT is a modified version of the U.S. Green Building Council LEED Green Building Rating System. ** Cost estimates must be prepared using MCACES software(software provided by Government). All design files must be delivered in the (*.dgn) format. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah Distric t instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. ***** 3. 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, Specialized Experience and Technical Competence, and Key Personnel are weighted equally and each factor individually is more important than Work Management, Past Performance, and Capacity, and significant ly more important than the other individual factors. Work Management, Past Performance, and Capacity are weighted equally and each factor individually is more important than Small Business Participation and Volume of DoD Contract Awards. Small Business Pa rticipation and Volume of DoD Contract Awards are weighted equally and will only 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 a ssigned a rating from outstanding to unsatisfactory based on the risk to the government 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 de termined to be most highly qualified. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMAING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be forme d from more than one office. If more than one office is represented, this must be clearly stated in the work management plan and the Selection Board will consi der the performance risk associated with that team not being co-located. a. Specialized Experience and Technical Competence of the firm and consultants in: (1) Experience in the design of sensitive compartmented information facilities (SCIF). (2) Experien ce in the design of innovative and architecturally complex facilities with a requirement for highly reliable, redundant utility systems of a size equivalent to this facility. (3) Experience in the phasing of work to accommodate functional requirements, res ulting in an integrated final product encompassing all site space and utility assets. (4) Experience in the design of facilities with highly complex and innovative audio-visual and graphic display and other sensory components integrated to support intellig ence mission execution. (5) Experience with the design and integration of extensive, robust, internal communication networks into building systems architecture. (6) Familiarity with Department of Defense anti-terrorism/force protection (AT/FP) design crite ria and construction standards. (7) Experience with Life Safety and fire protection design of computer facilities. (9) Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (10) Knowledge of the local ity of the project including geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits. Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity, and previous working relationships among the working parties on similar projects. b. Key Personnel. Key disciplines that are required to be registered and licensed are: project management, SCIF facility planning, architec ture, mechanical, plumbing, electrical, fire protection, structural, civil, transportation, environmental, audio visual, communications engineering, cost estimating, industrial hygiene, interior design, and land surveyor. Other key disciplines that shall b e presented are: acoustical, lighting, security, information technology and other required specialty support disciplines. The fire protection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire prote ction engineering, and one of the following: (1) have a degree in Fire Protection Engineering from an accredited university, (2) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection examination, or (3) be regist ered in an engineering discipline related to fire protection engineering. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. c. Work Management: A proposed management plan sh all be presented in Section H of the SF 330 that briefly addresses management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of the ir significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work managem ent plan. d. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. e. Capacity to complete the pre-conceptual parametric design (15 percent) by June 2005, the concept design (35 percent) by September 2005 and the final design by March 2006. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. f. Small B usiness Participation. Degree of participation of all types of small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (excep t small businesses) who plan to subcontract portions of the work are required to provide in Section H of the SF 330 a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, 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 government's policy to maximize o pportunities 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 of feror's team. (c) The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. Extent of participation of small businesses including woman owned small business, small dis advantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified A-E firms including small and small disadvantaged business firms, and firms that have not had prior DoD contracts. ***** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by midnight on 4 March, 2005. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any Submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example p rojects in Section F shall not exceed one page each. Indicate in Section C.11 the small business status of the each proposed team members. Also, indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G. 26, include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at https://sasweb.sas.usace.army.mil/ae%20selection% 20process/. Firms shoul d be registered in advance of the closing date for submission of the SF 330 as the process may take 3-5 days. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. For ACASS information, call (5 03) 808-4591. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assurance Plan 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 330. Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. PHONE CALLS are D ISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL.
- Place of Performance
- Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Country: US
- Zip Code: 31402-0889
- Record
- SN00744545-W 20050204/050202212136 (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 |