Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2005 FBO #1193
SOLICITATION NOTICE

C -- C  Architect-Engineering Services  Construction  IDIQ Contract for A-E services are required primarily to support the in-house design resources for Civil Works Projects within the South Pacific Division Boundaries.

Notice Date
3/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USA Engineer District, San Francisco, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
 
ZIP Code
94105-2195
 
Solicitation Number
W912P7-05-R-0004
 
Response Due
3/31/2005
 
Archive Date
5/30/2005
 
Small Business Set-Aside
N/A
 
Description
C  Architect-Engineering Services  Construction  IDIQ Contract for A-E services are required primarily to support the in-house design resources for Civil Works Projects within the South Pacific Division Boundaries. Contracting Office Address US Army Engineer District, San Francisco, 333 Market Street, San Francisco, CA 94105 Description 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 qualifications for the required work. A-E ser vices are required to support Civil Works Projects for the San Francisco District (SPN) and South Pacific Division (SPD). The concentration of work will be within the SPD civil works boundaries within the state of California and parts of Oregon. A-E serv ices are required primarily to support the in-house design resources for civil projects; however, should the need arise and the in-house resources are totally committed, the services may include the full spectrum of design disciplines on all or portions of complete projects. Projects will primarily be located within the South Pacific Division civil works boundaries of the San Francisco District. The contracts may also be used by other Districts within South Pacific Division (Sacramento, Los Angeles and Al buquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility which may include work within CA, NV, AZ and portions of UT, NM, OR, ID, CO and WY. For all projects, the contractor shall be responsible for drawings using computer-aided design and drafting (CADD) applications - Autodesks AutoCAD, release 2005 and Bentleys Microstation, version 8x. Two and/or three dimensional drawings in either electronic digital format, .dwg or .dgn are expected to be delivered to the Government. All CADD drawings will conform to the A/E/C CADD Standard (see http://tsc.wes.army.mil/products/standards/aec/intro.asp). All attributed layers (in other words layers where points, lines or polygons have properties describing the real-wo rld feature) will include data tables conforming to the SDSFIE (see http://tsc.wes.army.mil/products/TSSDS-TSFMS/tssds/html/ ). All CADD products will include FGDC-compliant metadata (see http://www.fgdc.gov/index.html). The Government will only accept t he final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 2005 format or the Bentley MicroStation format Version 8x. Drawings produced by scanning, drawings of record or containing photographic images shall b e delivered in a raster format compatible (insert into AutoCAD or Microstation applications) with the AutoCAD or Microstation electronic digital format. The specifications will be produced in SPECSINTACT with the Standard Generalized Markup Language (SGML ) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF). Responding firms must show computer and Internet capability for accessing the Criteria Bul letin Board System (CBBS) and the Dr.Checks review comment management system. The estimates will be prepared using Corps of Engineers Micro Computer Aided Cost Estimating System, Second Generation (MCACES MII, version 2.0C) (software provided by Governmen t). A specific scope of work and services required will be issued with each task order. The end result of these studies/projects can be, primarily: Designs for construction projects; secondarily: Data collection to use for a design that will be performed in-house or by other A-E Contractors, data collection and design of one basic and five alternative designs for feasibility studies. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, includin g A-E services during the construction phase and the operati ons and control phase. More than one firm will be selected from this announcement and it is anticipated that up to four contracts will be awarded. One of these contracts will be set aside for small business. This announcement is open to all firms regard less of size. All small business firms responding MUST state in their response their intention to participate in the unrestricted contract as well as the small business set-aside contract. If a small business is silent on this issue, the small business w ill be considered only for the small business set-aside selection and will NOT be considered in the unrestricted selection. No one contractor will receive more than one award. The North American Industrial Classification System code (NAICS) is 541330, an d the Standard Industry Code (SIC) is 8711, which has a small business size standard of maximum $4.0 million of average annual receipts for its preceding 3 fiscal years. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiate d and the first Task Order is anticipated to be awarded in May 2005 or earlier. All contracts awarded from this solicitation must be awarded no later than one year from the date that the responses to this synopsis are due. Each contract, except for the s mall business set-aside contract, will be for a maximum one-year base period from the date of award, and will contain options to extend for two additional one-year periods. The contract amount for the base period and any option period will not exceed $1,0 00,000.00 each period. The total contract amount shall not exceed $3,000,000.00. The small business set-aside contract will be for a maximum one-year base period from the date of award, and will contain options to extend for four additional one-year peri ods. The contract amount for the base period and any option period will not exceed $1,000,000.00 each period. The total contract amount shall not exceed $5,000,000.00. The individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option periods may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. All pricing schedules (for base year, and option periods) will be effective for one full year, regardless of the early exercising of options, beginning with the date of award of the base year. The pricing schedules for the first and second option periods become effective on the 1st and 2nd anniversary dates, res pectively, of the contract award. If the Total Estimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused doll ar amount may be added on to the Total Estimated Price of the option period being exercised. All interested Architect-Engineer firms are reminded that in accordance with the provisions of FAR sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regar ding the requirement to subcontract. The recommended goal for the work intended to be subcontracted is 50.9% for small business. Out of the 50.9% to small business, 8.8% is for small disadvantaged business (subset to small business), 7.2% is for small bu siness/woman owned (subset to small business), 2.9 for HUBZone small business (subset to small business) and .05% is for Service-Disabled Veteran-Owned Small business (subset to small business). The large business firm selected for this contract will be r equired to submit a detailed subcontracting plan at a later date. If the selected firm submits a plan with less than the Corps recommended goals, it must subm it, in writing, an acceptable rationale why the recommended goals cannot be met, which rationale indicates that at the time the selected firm submitted its SF330 there was genuine belief that the goals would be virtually met and planning proceeded accordin gly. The Corps will negotiate the goals if it deems appropriate, and will vacate the selection if it deems the firm was disingenuous in representing itself as committed to high small business subcontracting goals at the outset. A detailed plan is not req uired to be submitted with the SF 330; however, the plans to do so should be specified in Block H of the SF 330. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via t he Internet Site at http://www.bpn.gov/CCRINQ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. A firm or joint venture must also complete electronic annual representations and certifications at http://orca.bpn.gov. If yo u do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. 2. PROJECT INFORMATION: Types of A-E services required include, but not be limited to: A. Design Services to include Topographic and Property Surveys; and Design and Analysis for Civil, Geotechnical, Hydrologic and Hydraulic, Structural, Mechanical and Electrical Engineering. B. Design services may also include Plans and Specifications; Cost Estimates; Permits, Public involvement. All necessary Structural, Geotechnical, Surveying and Hydrology investigations to obtain data for design shall be include d. C. Construction Phase services to include but not limited to: Shop drawing review; site visits; equipment testing and commissioning; Operation and Maintenance manuals; On-Site Representative(s); Reports, and Construction Quality Assurance. D. Study S ervices for ecological, environmental compliance, cultural, economic, water resources planning, and public involvement. TYPES OF PROJECTS: Task orders to be issued under this contract may range in scope from a small study to a new project design, to include but not limited to the following: Primary:. A. Navigation, to include dredging, Dredge material containment; Harbor structures new construction and maintenance. B. Flood damage, Storm damage reduction to include: Floodplain delineation; Dams and Reservoirs; Levees, Erosion protection, Beach renourishment; Storm berms; Floodwalls; Coastal protection floodproofing. C. Ecosystem Restoration to include stream restoration, tidal salt marshes restoration; and wetland restoration and creation. D. Municipal Water supplies and Sewerage. Secondary: The services could range from architectural renovation for a building of his torical significance, a variety of small projects, or may also include design of new projects. Input may be required by the full range of disciplines including but not limited to: architectural, civil, landscape, structural, mechanical and electrical engi neering. Individual task orders may include maintenance and repair type projects and miscellaneous architectural and engineering services associated with work for civil works projects. Demolition of existing facilities may be required which will necessitate asbest os and/or lead based paint investigation with provisions for removal included in the design documents. Engineering services during construction may also be required. 3. SELECTION CRITERIA: Firms submitting their SF 330 documents will be judged on their experience against the required services. The selection criteria are listed below in descending order of importance. Criteria a) through c) are primary. Criteria d) through f) are secondary and will only be used as tiebreakers among technically equal firms. a) Specialized experience and technical competence: (1) The firm must demonstrate sp ecialized and technical competence in types of projects listed in Project Information and Types of Projects. Firms shall provide information by listing representative projects in the last five (5) years. (2) Qualified professional experience of the propo sed staff for the primary project types as shown above. (3) General experience and technical competence needed for the secondary type of projects as shown above. (4) Qualified professional personnel in the following key disciplines for the primary projec t types : Project Management, Civil Engineering, Civil Engineering (Geotechnology), Hydraulic Engineering, Hydrology, Coastal Engineering, Biologist, Environmental Engineering, Cost Engineering/Estimating, Technicians of various discipline and Draftsman/C ADD operators Qualified professional personnel in the following key disciplines for the secondary project types: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Landscape, Environmental Engineering, Cost Engineering/Estimating and Certified Industrial Hygienist (CIH), Technicians of various disciplines and Draftsman/CADD operators. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. (5) Capacity of the firm to accomplish multiple projects simultaneously within the required time and within construction cost limitations. (6) Use of automated design systems described above (M-CACES, CADD, and SPECSINTACT). (b) Past performance on contracts with Corps of Engineers and other organizations with respect to cost control, quality of work and compliance with performance schedules. (c) Capacity to accomplish multiple simultaneous task orders at different locations. (d) Volume of DoD contract awards in the last 12 months. (e) Loca tion of the firm in the general geographical area of the San Francisco District office and within the San Francisco Districts geographical boundaries for Civil Work. (f) Knowledge of the locality. Recent relevant experience with respect to coordinating w ith local, state, and Federal regulatory agencies. (g). Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract tea m, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004 edition) US Government Architect-Engineer Qualifications for Specific Project for themselv es and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Unit. Electronic submittals are not authorized. The SF 330 shall not exceed 100 pages. In block E of SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with t his submission. Responses received by the close of business (4:30 pm) on the closing date (31 March 2005) will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next bu siness day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be cons idered by the agency. Point of Contact Linda Hales Contracting Officer 415-977-8 553, Email your questions to US Army Engineer District, San Francisco at Linda.Hales @usace.army.mil. Place of Performance NA
 
Place of Performance
Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 333 Market Street San Francisco CA
Zip Code: 94105-2195
Country: US
 
Record
SN00760437-W 20050303/050301212331 (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.