Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2005 FBO #1346
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT(S) FOR GENERAL ARCHITECT - ENGINEERING SERVICES INVOLVING VARIOUS MILITARY AND CIVIL WORKS PROJECTS IN OR ASSIGNED TO THE LITTLE ROCK DISTRICT

Notice Date
8/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S05R6007
 
Response Due
8/31/2005
 
Archive Date
10/30/2005
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: A-E services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects in or assigned to the Little Rock District and outside the primary area of resp onsibility at the Government's discretion. Up to three Indefinite Delivery Type Contracts may be awarded from this announcement. At least one indefinite delivery contract for general engineering services will be negotiated and awarded, with a base period of one year, and two option periods of one year each. The contract option year(s) may be exercised before the expiration of the base contract period (or preceding the option period) at the discretion of the Contracting Officer. For each contract awarded , the total cumulative amount of the contract will not exceed $3,000,000.00, including base and option years. The estimated workload for the base year and each option year is $1,000,000.00 Individual fixed price task orders will not exceed the contract am ount. The individual task orders issued under the proposed contract may contain certain options. The minimum guaranteed amount for the base year is $20,000.00. Projects outside the primary area of responsibility may be added at the Government's discretion upon agreement of the selected firm. 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 on that part of wor k it intends to subcontract. The subcontracting goals for the contract is that a minimum of 50.9% of the prime contractor's intended subcontract amount be placed with Small Business (SB), including Small Disadvantaged Businesses (SDB) of 8.8%, Woman Owned Small Businesses (WOSB) of 7.2%, Historically Black Colleges and Universities and Minority Institutions (HBCU/MIs) of 5%, Historically Underutilized Business Zone (HUBZone) Small Business of 2.9%, Veteran Owned Small Business of 3% and Service-Disabled Vet eran-Owned Small Business of 0.5%. The plan is not required with this submittal, but will be required prior to award. 2. PROJECT INFORMATION: Work includes, but is not limited to, preparing engineering reports which presents all pertinent data, field wo rk performed, findings and analysis, cost estimates and plans and specifications. Anticipated projects may include architectural and engineering services for new and existing buildings such as administrative and recreational facilities, maintenance buildi ngs, and various support structures, roads, bridges, and parking areas. Work may include site planning/analysis and visits; architectural studies and surveys; conceptual, schematic, preliminary and final design; design analysis; energy and life cycle/valu e analysis; specifications, M-CACES cost estimates; and design/shop drawing reviews. 3. SELECTION CRITERIA: See Fedbizopps Note 24 (Monday Edition) for a general description below in descending order of importance (first by major criterion and then by e ach sub-criterion. Criteria items 'a' through 'e' are primary. Criteria items 'f' through 'h' are secondary and will only be used as 'tie-breakers' among technically equal firms. (A) Professional qualifications: Among the expertise required are: Archit ects, Acoustical, Civil (with site planning experience), Cost, Electrical, Mechanical, Structural (with seismic and multi-story design experience), Soil Engineers, Fire Protection, Communications, Landscape Architects, CADD Specialists, Interior Designer, Surveyors, Hazardous Material Management (Asbestos, Lead-based Paint, and other Hazardous Waste Contaminants), and Construction Phasing. (B) Specialized experience and technical competence: (1) Responding firms must demonstrate planning and design. (2) Project experience with U.S. Air Force facilities (such as dining facilities, fuel design, general building and communications security design and airfield pave ments). (3) It should also have the capability to produce AutoCad or Intergraph compatible design files with the capability to translate from one format to the other. The translated format must not require any manipulation by Corps personnel. (4) The re sponding firm, or their listed subcontractor, must have the following qualifications necessary to perform cost estimates: (a) Cost Engineers that have completed formal training on M-CACES Gold 5.30 or later software; (b) Cost Engineers familiar with prepar ation of detailed cost estimating procedures and construction schedules; (c) Experience with both military and civil works breakdown formats for estimates; and (d) Capability for the estimate to be prepared under guidance and signed by a certified or regis tered professional. (5) Be adept in the design of multi-story facilities. (6) Have experience in the design of Aircraft Control Towers. (7) Have the capability to produce award winning design documents (DoD and/or civilian programs) anywhere in CONUS. (8) Be capable of providing full time quality assurance inspection services during construction. (9) The responding firm, or their listed subcontractor, should have experience in force protection/anti-terrorism design. (9) Design-Build experience (DoD and /or commercial). (C) Capacity: Capacity to perform a minimum of two $280,000 task orders in a 210-day period. The evaluation will consider experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (D) Past performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (E) Specific Knowledge of Locality. (F) Geographic Proximity: The physical location in relation to the Little Rock District. (G) Extent of participation of SB, SDB, and HBCU/MIs in the proposed contract. (H) Volume of DOD contract awards in the past 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See N ote 24 for the general submission requirements. Interested firms having the capabilities to perform this work must submit Parts I and II of the SF 330 (one copy) for the prime and/or joint venture(s). Part II of the SF 330 must be submitted for each cons ultant, to the above address not later than the close of business on the 30th day after the date of the publicized announcement (Paper Version). If the 30th day is a Saturday, Sunday, of Federal Holiday, the deadline is the close of business of the busine ss next day. Indicate in Part I, Block H of the SF 330 if your firm is a Large, Small, Small Disadvantaged or Woman-Owned Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must n ot exceed $4.0 million. The SF 330 must contain information in sufficient detail to identify the team (prime and consultant) proposed for the contract. In Part I, Block H, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. Block H should also include a Design Quality Control Plan Outline. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. Each firm must note in Bloc k H the dollar amount (note 'none' if applicable) of all DOD (Army, Navy, and Air Force) contracts awarded to each firm and all affiliates during the past 12 months (do not include consultants) and include the contract number, dollar amount of the awards, and the total amount awarded. Include the firm's ACASS number in Part I, Block B of the SF 330. Provide the ACASS number for each consultant (if available) in Part I, Block C of the SF 330. In order to comply with the Debt Collection Improvement Act of 1 996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding reg istration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. For ACASS information, call the Contractor Appraisal Information Center (CAIC) in Portland, Oregon at 503-808-4590. Firms failing to respond to these requirements may not be considered. No other general notification of firms under consideration for this contract will be made, and no further action is required. SPECIAL NOTE: Department of Labor Wage Rates may be incorporated in the req uest for proposal and any contract awarded as a result of this announcement. Federal Information Processing (FIP) Services may be procured within the lives of the proposed contracts. Therefore, this acquisition is being conducted under specific agency dele gation of GSA's exclusive procurement authority for FIP resources. The specific GSA DPA case number is DC4-93-AR01-SWL. Personal visits for the purpose of discussing the contracts are discouraged. This is not an RFP. The individual delivery orders issued u nder the proposed contract(s) may contain certain options.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN00859416-W 20050803/050801212306 (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.