SOLICITATION NOTICE
C -- PREPARATION OF MASTER PLANNING DOCUMENTS FOR THE US ARMY CORPS OF ENGINEERS, Kansas City District
- Notice Date
- 2/25/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-05-R-0023
- Response Due
- 3/29/2005
- Archive Date
- 5/28/2005
- Small Business Set-Aside
- N/A
- Description
- THIS SOLICITATION NO W912DQ-05-R-0023 REPLACES W912DQ-05-R-0016. I. CONTRACT INFORMATION: Architect and engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required to support delivery of Master Planning Services to activities and organizations within or assigned to the Kansas City District, U.S. Ar my Corps of Engineers. Selection will be made for one or more Indefinite Delivery Type Contracts with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000 and a total of $3, 000,000. An option period may be exercised when the contract's amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price task orders not to exceed the base contract amo unt. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for the work to be subcontracted. The subcontracting goa ls for the Kansas City District are as follows: a minimum of 50.9% of the contractor's intended subcontract amount placed with small businesses (SB), 8.8% placed with small disadvantaged businesses (SDB), 7.2% placed with women-owned small businesses (WOSB ), 2.9% placed with Hub Zone small businesses, 0.5% placed with serviced-disabled veteran owned small businesses (SDVOSB), and 0.1 placed with veteran owned small businesses. The subcontracting plan is not required with this submittal. The small business s tandard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4.0 million. The wages and benefit s 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 Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-877-DLA-CALL or 1- 877-352-2255. Work orders may be assigned for any work within the jurisdiction of Northwestern Division but the selection will be based on criteria within the Kansas City District. If multiple contracts are awarded based on this solicitation, task orders will be assigned based on experience, user requirements and knowledge of requirements at the project location. II. PROJECT INFORMATION: The work under this contract may involve all areas of real property master planning for military installations, including but not limited to the following key planning studies: Summary Develop Plans, Future Development Plans, Long Range Component Plans, Sh ort Range Component Plans, Capital Investment Strategies, Area Development Plans, Planning Charrettes including preparation of DD Form 1391 documents, Utility/Infrastructure Analysis, and Programmatic NEPA Document preparation. Additionally, work will inc lude the following secondary planning studies: Existing Conditions Maps, Aerial Photography, Facility Utilization Studies, Space Planning Studies, Expansion Capability Plans, Mobilization Plans, Life Cycle Cost Analyses, Site/Civil Engineering Studies, Lan dscape Plans, and Archeological/Historic Management Plans, and other special reports. III. SELECTION CRITERIA: Selection criteria for choosing an AE are listed in order of importance. a. Professional Capabilities. Responding firms shall demonstrate capability in these primary disciplines: project manager, architect, landscape architect, community/urban planne r, civil engineering and electrical engineering. Support capability shall be demonstrated in the following disciplines: aerial photography, archaeologist, architectural historian, wildlife biologist, environmental engineer, interior designer/space planner, CADD/GIS technician, land surveyor, economist, and cost engineering. b. Specialized Experience and Technical Competence: (1) Responding firms shall demonstrate experience during the past five years (3/29/00 through 3/29/05) in all areas stated in the project information portion of the announcement. Emphasis will be placed on experience in preparing key planning studies ind icated in item 2 above. Cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified shall be so labeled. (List in order of importance.) (2) Experience in preparing drawings with database attachments compatible using both Micro-station V8 and AutoCAD 2000 systems and higher. Experience in the preparation of GIS data using Arcview 3.2a and 8.1 software, Arc Info 8.1, Arc Editor 8.1. All GIS data must have metadata that conforms to FGDC standards. The FGDC standards may be found on website: (www.fgdc.gov). Experience in preparing CADD drawings and GIS projects in two and three-dimensional formats fully compatible with above mention versions of Bentley Systems, Inc. Micro-station software. Other software may be used, but this contract will require 100% compatible translation to the stated software. Experience with global positioning system (GPS) software is also desired. (3) Experience in preparing construction cost estimates utilizing MCACES for Windows. (4) Experience with specific analytical tools and criteria. (5) Quality management procedures. Include proposed organizational chart and a narrative description of how the quality management procedures will function to include internal quality control and who is responsible. Describe the firms quality management p rocedures including internal quality control and who is responsible. A detailed quality control plan will be submitted by the AE as a part of the negotiation process. c. Knowledge of and experience with Corps of Engineers and Department of Defense (DOD) Military Master Planning criteria. 1. Specific knowledge of local conditions and project site features within the KCD boundaries. Work under this contract may occur anywhere in the KCD area of responsibility. A significant portion of the initial work under this contract is anticipated to oc cur at military installations (Fort Riley, Leavenworth, Leonard Wood, Whiteman AFB, McConnell AFB, Lake City AAP, and 89th RSC facilities), and therefore greater weight will be given to contractors with experience at these installations. 2. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. 3. Capacity to initiate designs and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Capacity for potential concurrent workload of $500,000 to $1,000,00 0 of planning services. d. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Disadvantage Businesses (including Women Owned Small Businesses), historically black colleges and universities and minority institutions. Small Busin ess participation in the proposed contract team will be measured as a percentage of the total contracted effort in accordance with Public Law 95-507. e. Geographic proximity. f. Volume of DOD contracts awarded in the last 12 months to the prime A-E firm. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Incl ude delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. IV. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of SF 330 (1/2004 edition) to the address listed below not later than the close of business 29 March 2005. Each firm/consultant listed within the SF 330 must have a curren t SF 330 on file with the Corps of Engineers, or one must be submitted with this package. Indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages will not provided, and this is not a request for proposal. Sub mit responses to: U.S. Army Corps of Engineers, Attn: CENWK-CT-M, Cheryl Williams, 760 Federal Building, 601 E. 12th Street, Kansas City, Missouri, 64106-2896. V. QUESTIONS: Questions of a technical nature should be addressed to Kelly Miller at (816) 983-3317 and those of an administrative nature to Cheryl Williams at (816) 983-3809.
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN00758835-W 20050227/050225212425 (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 |