Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2005 FBO #1245
SOURCES SOUGHT

C -- Miscellaneous A-E Services IDC, Fort Benning, GA

Notice Date
4/22/2005
 
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-0039
 
Response Due
5/23/2005
 
Archive Date
7/22/2005
 
Point of Contact
Linda Smulevitz, 912-652-5902
 
E-Mail Address
US Army Corps of Engineers, Savannah
(linda.l.smulevitz@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Address SF 330 Questions to: Lucie M. Hughes at 912-652-5645 or email: lucie.m.hughes@sas02.usace.army.mil; Questions concerning subcontracting plan: Leila Hollis at 912-652-5340 or email: leila.hollis@sas02.usace.army.mil; and Contractual Questions to: Nina G. Jodell at 912 -652-5465 or email: nina.g.jodell@sas02.usace.army.mil 1. CONTRACT INFORMATION: **** a) The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximu m of two multidiscipline Indefinite Delivery Contracts (IDC). These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence for the req uired work. *** b) The contracts awarded as a result of this announcement will be administered by the Savannah District for use on federal projects at Ft. Benning, GA. Contracts may be issued up to one year after selection approval. Contract limits and con tract size will be determined at the time of selection. *** c) Typically, the contracts will consist of three ordering schedules, each schedule not to exceed one year, for a total of three years maximum. The total amount of each contract over the three-yea r ordering period may not exceed $1,500,000. *** d) Task Orders will be primarily for small projects with a construction value typically under $2 million; however, if required, larger projects will be executed under this contract. These task orders are fi rm fixed price. Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: (1) Performance and quality of deliverables under the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, and (3) Equitable distribution of work among identical contracts. The NAICS is 541330; size standard $4 million. *** e) This announc ement is open to all businesses. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must conv ey 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 Plan in a ccordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package.*** f) The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 50.9% to small 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% HUBzone small business (a composite of small business); .05% to service-disabled veteran-owned small busines s (a composite of small business and veteran-owned small business). *** g) While the Savannah District does not have a specific target for subcontracting with Veteran-owned Small Businesses, this must be addressed in any subcontracting plan. Written justif ication 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. *** h) To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CC R Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. **** 2. PROJECT INFORMATION: *** a) W ork may consist of preparation of reports, studies, project planning, design criteria, preparation of drawings and specifications, cost estimates, and other general A-E services for multi-disciplined new construction and renovation projects for military an d other government agencies. The work primarily consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, e tc.) as well as some smaller horizontal construction projects (airfields, roads, ranges, etc.). The firm may be required to provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review , and commissioning/start-up/fit-up design support. *** b) All design CADD files must be delivered in the (*dgn) format. All design must comply with the Savannah District Design Manual and the Ft. Benning Installation Design Guide. **** 3. SELECTION CRIT ERIA: *** a) For this solicitation, Technical Competence, Geographic Proximity, and Knowledge of Locality are weighted equally and each factor individually is more important than Professional Qualifications, Past Performance, and Work Management and signi ficantly more important than the other individual factors. Professional Qualifications, Past Performance, and Work Management are weighted equally and each factor individually is more important than Small Business Participation and Volume of DoD Contract A wards. *** b) Small Business Participation 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 liste d below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the government that the offeror will successfully perform the factor being evaluated. *** c) An overall consensus rating will be given to each submission . Award will be made to the firms determined to be most highly qualified. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple of fices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that te am not being co-located and the geographical proximity to the supported projects. **** I. FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this categor y): a. Design of new facilities or utility systems of various types, sizes, and complexities; b. Design of projects on Army installations; c. Sustainable design utilizing the SPiRiT or LEED rating tools; d. Rehabilitation of existing facilities or utility systems, also, of various types, sizes, and complexities; e. Application of Anti-Terrorist/Force Protection criteria; f. Cost engineering; g. Construction phase services including shop drawing review and preparation of O&M manuals. Technical competence wi ll 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, and most recent firm and employee history of experience on similar projects. **** II. FACTOR 2 - GEOGRAPHIC PROXIMITY. Proximity of the firm to Ft. Benning, GA. **** III. FACTOR 3 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects at Ft. Benn ing, GA. **** IV. FACTOR 4  Professional Qualifications. Resumes for qualified personnel should be presented in Section E for the following key personnel. Al l key personnel shall be shown on the organization chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: Architect, structural engineer, civil engineer, mechanical engineer, electrical eng ineer, fire protection engineer, geotechnical engineer, land surveyor, and certified industrial hygienist. Resumes shall be provided for other key personnel as follows: Project manager, interior designer, cost estimator, and landscape architect. Registrati on/certification for all is encouraged. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection, and one of the following: (a) a degree in Fire Protection Engineering fr om an accredited university, or (b) have passed the National Council of Examiners for Engineering and Surveys fire protection engineering examination. One resume only shall be provided for each of the above key personnel. Other personnel should be shown on the organization chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. **** V. FACTOR 5 - PAST PERFORMAN CE. Past performance on DoD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of the SF 330 is recommended. Pa st performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. **** VI. FACTOR 6 - WORK MANAGEMENT/CAPACITY. A proposed management plan shall be presented in Section H which briefly addresses the management approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their 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 management plan. Address the firms capacity to perform mul tiple simultaneous task orders. **** VII. FACTOR 7 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types of small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subc ontract portions of the work are required to provide 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 disadvantag ed 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 opportunities 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 offeror 's team. (c) The offeror's past and present commitment t o providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. **** VIII. FACTOR 8 - VOLUME OF DOD CONTRACT AWARDS. Volume of DOD contract awards in the last 12 months. ***** 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 4:30 p.m., local time on 23 May 2005. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions rec eived after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of P roposals. 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 siz e shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. 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 SHOULD BE REGISTERED WELL IN ADVANCE O F 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 (503) 808-4591. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. ****PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DI SCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. *** NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA21/W912HN-05-R-0039/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00794411-F 20050424/050422213307 (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.