SOURCES SOUGHT
C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR POL (PETROLEUM, OIL, LUBRICATION) SYSTEMS AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA
- Notice Date
- 5/31/2005
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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-05-R-0036
- Response Due
- 6/30/2005
- Archive Date
- 8/29/2005
- Small Business Set-Aside
- N/A
- Description
- (1) CONTRACT INFORMATION: This Indefinite Delivery multi-discipline contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Part 36 and the supplements thereto. Firm will be selected for negotiation based on demonstrate d competence and qualifications for the required work. This announcement is open to all businesses regardless of size. North American Industrial Classification System code is 541330, which has a size standard of $4,000,000 in average annual receipts. 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 that part of the work it intends to subcontract. To be eligible for contract award, a firm must be registered in Central Contractor Registration (CCR) and complete electronic annual representations and certifications in the Online Representation and Certification Application (ORCA) system at http://orca.bpn.gov. Registration for CCR is available via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. The FY 05 subcontracting goals for this contract are a minimum of 50.9% of the contractor's intended subcontract amount be placed with small businesses; w ith 8.8% of that to small disadvantaged businesses; 7.2% to woman-owned small businesses; .5% to service disabled veteran owned small businesses; and 2.9% to HUB Zone small businesses. The subcontracting plan is not required with this submittal. The contr act type shall be indefinite delivery, firm fixed price with a contract limit of $3 million over a term of three years. The minimum guaranteed amount is $20,000. There is no specific task order limit except the limit of the contract. All responders are adv ised that this contract may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized (See FAR 52.232-18). This solicitation does not guarantee work to the se lected firm. Award of one contract is anticipated for November 2005. Telephonic interviews will be held with all of the highly qualified firms. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Ala ska, 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 contract [This means that work physically completed in the state of Alaska (e.g., geotechnical, survey, etc.) must use Alaskan residents]. (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 may in clude projects primarily involved in the maintenance, repair, upgrade, or alteration of existing POL storage facilities, distribution systems, POL support facilities, and infrastructure. Projects may also include design of new POL related facilities. Wor k includes A-E services; site surveys, facility inspections, preparation for and participation in design charrettes; technical review, preparation of plans, specifications, design analysis, design build RFPs, programming studies/1391 development, construct ion support services and cost estimates for solicitation of construction for repair/renovation, new construction projects, or engineering studies. Firms must have primary capability in POL design and engineering and should be aware of or capable of acquir ing knowledge of design requirements and procedures set forth by the DEFENSE LOGISTICS AGENCY - DEFENSE ENTERPRISE SUPPORT (DLA-DES) and the MAINTENANCE REPAIR AND ENVIRONMENTAL (MR&E) program. Renovations might include, fire protection upgrades (AFFF), fu el containment, transport, delivery, storage, and dispensing systems as well as conversion of fuel type. Services incidental to the overall project may also re quire API 653 tank inspection, piping system evaluation in accordance with API 570, pipe stress analysis, hydraulic and dynamic transient surge analysis, pressure testing, and internal pipeline inspection services. Projects may include but not be limited to, above and below ground storage tanks, hydrant systems, fuel distribution pump houses, truck fill stands, piping, valves, trenching, primary and secondary spill containment, SCADA systems, and pipeline/tank leak detection systems. Project sites may be local as well as remote. The AE and their subcontractors must have experience in cold regions design. The AE may be required to participate in programming, value engineering and design charrettes and project review conferences. The Government may require that designs be in metric and/or english systems of units. Products shall be produced to Corps of Engineers guidelines and specific formats as set forth by task order. The firm must demonstrate the ability to: Provide drawings in AutoCAD (version as requi red by the project); use the latest version of MCACES (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS); provide draft DD Form 1354 for design task orders, Transfer and Acceptance of Military Real Property; provide electronic bid set (EBS) documents; use SPECSINTACT for all projects unless otherwise directed in the task order. Construction support services when required, include: participation in on-site partnering/pre-construction meetings; re view construction contractor's submittals for government approval and for information only; participation in site visits and provide inspection reports at critical points of construction; participation in start-up and commissioning of the systems; attendin g warranty inspections; participation in 'lessons learned' sessions; preparation of operations and maintenance support information manuals. Construction support services may be contracted using Time and Materials processes. The AE will be required to use the Dr. Check's design review and checking system (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks includes 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/. (3) LOCATION: Primarily various locations in Alaska, but may be utilized outside Alaska on an exception basis. Facilities will generally be located in arctic, subarctic , and cold region environments. (4) SELECTION CRITERIA: The following selection criteria are listed in the descending order of importance. Criteria (A)-(G) below are primary selection criterion. Criteria (H)-(J) below are secondary and will only be used a s 'tie breakers' among technically equal firms. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 (Part II) (6/2004) for each subcontractor. (A) Minimum requirements for profession al personnel in the following disciplines: (a) 2 registered mechanical engineers, each with at least 5 years design experience in POL systems (b) The following required disciplines must include at least one individual with professional registration: archi tect, electrical, fire protection, civil, and structural engineers, (c) The following required disciplines must include at least one individual: certified welding/engineer inspector, NACE certified Cathodic Protection Specialist, surveyor; cost estimator; environmental engineer (asbestos/HTRW certified); and specification writer (if specification writer is not a separate discipline, please clearly describe how specifications will be produced). (B) Specialized experience and technical competence in: (a) De sign of new POL related facilities in cold regions. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowled ge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines. (b) Design of POL related facility renovations, (c) Experience in API piping and tank inspections (d) Construction phase services (e) Preparing Design Build RFPs (f) Design charrettes (g) Studies and analyses of POL related existing facilities. (C) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. (D) Quality control/quality assurance plan: please describe how it will be used to assure a quality product (to include discussion on roles, responsibilities and authorities of the team involved in QC/QA). The quality manag ement plan must address the integration of work products of the entire team that is proposed. (E) Capacity to maintain schedules and accomplish required work on three simultaneous task orders. (F) Knowledge of locality and military POL facilities in Ala ska. (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; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; minimizing maintenance costs and considering overall life cycle costs, and development of healthy, safe, and productive work environments. T he evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles as well as the qualifications of the key personnel that demonstrate 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) Location of the firm in general geographical area of the projects and availability of AE staff to meet frequently with Corps personnel in the Alaska Dist rict Headquarters office in Anchorage, and construction Resident and Area offices in Anchorage and Fairbanks. (I) Volume of DOD contract awards in the last 12 months. (J) Extent of participation of SB, SDB, historically black colleges and universities (HB CU), and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (5) SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional informat ion as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project i dentified; and c) Part I, block H(3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Governmen t Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?, or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330 describes the firm's o verall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required w ith this submission. Part I and II of the SF 330 must be submitted. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be consider ed. Note regarding 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 f irm must request a day pass to deliver the submittal by using the following procedures: Two (2) work days prior to delivery, the firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This inform ation must be faxed to 907/753-2544 or forwarded electronically to the POC identified herein. This will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB only. Each driver must provide a valid driver's license, proof of current insurance, current IM certificate, and current valid vehicle registration. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted.
- 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
- Zip Code: 99506-6898
- Record
- SN00818529-W 20050602/050531212127 (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 |