SOLICITATION NOTICE
C -- Multidiscipline Design or other Professional Services required to support Military Construction Projects within the Southwestern Region (primarily for the Fort Worth District)
- Notice Date
- 12/16/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-06-R-0018
- Response Due
- 1/17/2006
- Archive Date
- 3/18/2006
- Small Business Set-Aside
- N/A
- Description
- 1. Contract Information: a. General: This contract is for Multidiscipline Design or other Professional Services required to support Military Construction Projects within the Southwestern Region (primarily for the Fort Worth District), in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. The Southwestern Region refers to the geographic area encompassed by the IMA/Southwest Regional Office (SWRO which consist of the following states AR, AZ, CA, LA, NM, NV, OK, and TX). A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,00 0,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open to all businesses regardless of size. The initial contract is anticipated to be awarded on or about May 2006. A single ID/IQ contract will be awarded from this an nouncement, to be open to all businesses regardless of size for a total cumulative amount not to exceed $75,000,000 for a term not to exceed five years (the term to consist of a Base Year and four one-year renewal options). This is an unrestricted solicita tion. In the event this contract is used to develop design-build supporting documents for use in a two-phase design-build selection (FAR 36.302), the prime A-E and subconsultants shall be prohibited from teaming with design-build firms to complete in the f inal design-build construction solicitation in accordance with Far 9.505-2. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all services, materials, supplies a nd supervision required to fully complete each task order. c. Program Intent: The execution of the work under the Military Construction will be accomplished using a Land Development model for the infrastructure and a Product Line concept for the facilities . To accomplish the site and infrastructure work, the service of a firm experienced in site design and Land Development Engineering (LDE) will be acquired. The use of the terms A-E firm and LDE will be synonymous throughout this announcement. This LDE wi ll become a significant part of the governments Military Construction Program delivery team. Task Orders issued under this contract will encompass all aspects of site development, site design and the site integration of all infrastructure, utilities and facilities. The LDE will also provide manpower to assist the Government with project and construction management duties. Site and infrastructure construction work will be accomplished by a separate contract. The A-E firm must be able to provide design s upport and consultant services in various combinations of architectural, structural, civil, mechanical and electrical disciplines. Construction management services are required for the renovation, repair, and maintenance of residential, commercial, and ind ustrial facilities and utility infrastructure. Construction management services includes, but is not limited to, surveillance and inspection during the progress of construction, review material submittals, as-built drawings, manuals, operating inst ruction s, and other such materials required by the construction contract; constructability reviews of design drawings and specifications. Additional Program Information: A Product Line concept will be used for the construction of barracks, dinning facilities, com pany operation facilities, headquarters buildings, vehicle maintenance shops, unit and ammunition storage facilities, aviation facilities, and equipment parking areas and other features of the program. Under the Product Line concept, Districts in the Corps of Engineers Southwestern and South Pacific Divisions will be assigned one or two facility types and will be responsible for awarding Design-Build IDIQ contrac ts for their assigned type of facility (Product Line). When there is a requirement for the particular Districts product, the team will scope, negotiate, and award a construction task order to acquire the required facilities. The design district Product L ine team will assist with the administration of the task order to include design reviews, submittals and modifications. The design/build contractor for each Product Line will be responsible for maintaining current documents and incorporating into future ta sk orders changes in military criteria as well as, modification and clarification identified in ongoing task orders. Product Line teams and their Design Build IDIQ Contractor will coordinate with the USACE Center for Standardization (COS) associated with the type of facility. The team will be responsible for keeping up with the current standards and criteria for their facility type(s). The LDE will integrate and coordinate all infrastructure and Product Line facilities for each site. d. Place of Performa nce: The A-E staff directly supporting the USACE Program Manager, the Project Managers, and the associated construction office team through project integration and construction management duties shall be located where the work is being accomplished. In som e cases, the on-site LDE staff will be housed in government furnished office space. The physical location of the design team and those team members not directly supporting the on-site work can be located per the A-Es preference. e. Contract Award Procedu re: If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB); (2) at least 8.8% of a contractors intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7.3% of a contractors intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 1.5% of a contractors intended subcontract amount be placed with service-disabled veteran-owned S B; (5) at least 3.1% of a contractors intended subcontract amount be placed with HUBZone SB. The plan is not required as part of this submittal, but will be required with the fee proposal of the firm selected for negotiations. Before a small disadvantag ed business is proposed as a potential subcontractor, they must be certified by the Small Business Administration and registered in the Central Contractor Registration (CCR) database. Failure of a proposed small disadvantaged business to be certified by t he Small Business Administration at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by IDIQ Firm-Fixed Price Co ntract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the Option of Southwestern Division, Corps of Engineers. Task Orders issued against the awarded contract under this announcement may be used by o ther Corps of Engineers offices. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. Project Information: As projects are received for execution, task orders will be awarded under this contract for the desired A-E services. Anticipated projects are primarily site design, site development, site/project integration, and management and oversight of the Military Construction Program executed within Southwestern Regional Boundaries (primarily for the Fort Worth District). It is anticipated that a large portion of this work will be for projects at F ort Bliss, TX. Site/project integration refers to the coordination, phasing and scheduling of all temporary and permanent features and facilities on site. All work must be done by or under the direct supervision of licensed professional Engineers or Archi tects. Architectural-Engineering (A-E) services are required to perform studies, investigations, surveys, master planning, project controls, site development, site design, site integration, construction management and development of construction documents in support of the Military Construction Program. Typical work may include, but is not limited to: a) the preparation of plans, specifications, and cost estimates; b) development of cost estimating, cost management, quality control and quality assurance p lans; c) construction management, oversight and inspection; d) overall Project Management; e) completion of technical, economic, planning, and environmental studies and reports; f) development of planning and programming documentation; g) Environmental stu dies/surveys and abatement design services; h) sustainable design solutions to meet a minimum LEED Silver/SPiRiT Gold Rating to support the MILCON program. Projects may comprise site improvements and demolition and alterations of existing facilities, road ways and streets, paving, pedestrian circulation and tank trails, military airfield pavements, and base utility infrastructures (water, sewer, underground power, gas, sanitary sewer, offsite water supply, water distribution lines, electrical substations, e xterior lighting with distribution, communication/information systems, and aircraft fuel distribution and storage systems). Coordination of vertical building construction projects associated with military installations includes but is not limited to barra cks facilities, Brigade and Battalion headquarters facilities, dining facilities, company operations facilities, vehicle maintenance shops, access control points, deployment operations storage, aviation maintenance facilities, arms rooms, oil storage build ings, hazardous material storage facilities, dispatch facilities, wash platforms, covered storage sheds, airfield aprons and runways, aviation unit operations buildings, aircraft maintenance hangar, aboveground fuel storage, avionics maintenance facilities and other buildings as required. Coordination with community facilities may include but is not limited to medical facilities, fire stations, and facilities for the Army and Air Force Exchange Service (AAFES) and the Army Morale Welfare and Recreational ( MWR) Activity. Design, coordination and master planning may include landscaping, architectural impacts, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans and Section 404 Permit consi derations. The A-E shall coordinate NEPA requirements, and other environmental studies/investigations/surveys including wetlands/waters of the U.S., topographic and/or boundary surveys. Design efforts include streets and roadways, airfield aprons, paving, tank trails, grading and drainage, lighting, parking lots, utilities and pedestrian circulation trails. Services will include work related to the master plan, area development plans, phasing plans, infrastructure engineering, creation and maintenance of t he Geographic Information System (GIS) database, completion of topographic and/or boundary surveys, completion of subsurface geotechnical investigations/testing; creation and maintenance of a secured webpage, a 4-D integration model with timeline, as-built surveys of existing and new improvements, storm drainage improvements and retention pond design, erosion control and storm water improvements, lot/block horizontal control plans with phasing, mobilization plans, and laydown areas, composite improvement pl ans, and outlook and economic analysis of local and regional construction market conditions as related to cost and availability of labor, materials and equipmen t. Design solutions shall meet sustainable LEED Silver/SPiRiT Gold rating, construction specifications, technical analysis of the submittals on design build proposals. Coordination will be maintained with local, state, and Federal agencies and with the uti lity providers, including utility tie in points, easements and rights-of-way. Coordination will also be maintained with the installation, the Corps of Engineers, utility providers, community facilities, the Construction Program Office, Project Manager Forw ard, construction design-build contractors, and other design-bid-build contractors on site. The A-E, as the Land Development Engineer (LDE), may be required to provide professional services at the construction program office in support of the Corps of Engi neers staff. The A-E shall participate in design and construction activities which may include value engineering services, contractor submittal reviews, quality assurance, numerous meetings, workshops, and charrettes. The A-E may compose and lead Command, project and public briefings, presentations, and meetings. Project deliverables may include engineering studies and reports, topographic surveys, environmental surveys and investigations, soil borings/samples for testing, boring logs, CADD produced plans , specifications prepared utilizing Specsintact (government furnished software), construction cost estimates prepared utilizing M-CACES or MII (government furnished software), design analysis reports, presentations, schedules prepared utilizing the Constru ction Contractor module of RMS (QCS) format compatible with the scheduling required in the Product Line RFPs, phasing plan and 4-D integration models, a maintained GIS database, and a functional webpage. All deliverables are required in hard copy and as electronic files on electronic media. 3. Selection Criteria: The firms rated most highly qualified will attend an in-person interview at the USACE Fort Worth District office. The most highly qualified firms will be contacted to schedule the interview. The primary presenter must be the propo sed Program Manager although a maximum of three other members of their team may assist. At this interview, the firms will be required to present information on: 1) The composition of their project team (i.e., present information on the qualifications of al l firms on the team) and the respective roles and responsibilities of firm comprising the project team; 2) How the team will be integrated and managed by the prime contractor; 3) The overall approach to the execution of the work envisioned under the contra ct; 4) The qualifications of the key personnel identified in the submission; 5) The roles and responsibilities of each of the key personnel; 6) related project experience; and 7) Familiarity with the requirements of local, state and Federal governing agenc ies in the geographic area. Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a)-(f) are primary criteria; items (g)-(h) are secondary and are us ed as tie-breakers among technically equal firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330: (1) Firms must demonstrat e recent experience (within the past 5 years) and significant experience in the design of large Land Development Engineering and Infrastructure Design projects including multi-use facilities and multiple concurrent construction contracts paying particular attention to area architecture and conditions, utility systems, design, service/command unique requirements, value engineering and environmental issues. (2) Firms must demonstrate specialized experience in Construction Management including complex scheduli ng, phasing, construction oversight and coordination. (3) Firms must demonstrate experience in information and communic ation management and the utilization of current software for data collection, data management, data analysis, data presentation and decision making (i.e. GIS, webpage, electronic databases, project management software, change control systems, filing system s, and systems that allow access to technical documentation). (4) Firms must demonstrate experience in project controls and scheduling of a complex, multiphase program. (5) Firms must demonstrate site design, and construction integration experience on mult i-use land development. (6) Firms must demonstrate corporate and individual experience in Sustainable Design and sample projects that have been LEED/Spirit certified. Firms must also demonstrate success in prescribing the use of recovered materials, achiev ing waste reduction, pollution prevention, energy efficiency and conservation in facility design. (7) Firms must demonstrate experience in coordinating with multiple teams, customers, agencies, and contractors. (8) Firms must demonstrate experience in prog ramming and master planning including urban and regional planning and New Urbanism. (9) Firms must demonstrate the ability to prepare specifications using the Government furnished program, Specsintact, and Construction cost estimates by using Government fu rnished programs, M-CACES or MII. Design Team members must demonstrate prior experience in the use of M-CACES. (10) Firms must demonstrate the ability to submit drawings in AutoCAD and MicroStation utilizing current versions. (11) Firms must demonstrate experience in 4-D visualization capabilities for use in presentations and as master planning/design tools. (b) PROFESSIONAL CAPABILITIES: Indefinite Delivery Contracts will require for each A-E Contractor (either in-house or through consultant) as a minim um, the following: One Program Manager, two Project Managers, one Project Controls Manager, one Scheduling Manager, four Construction Representatives, one Safety Officer, one Public Affairs Officer, one Physical Planner, one Registered Architect, two Regis tered Landscape Architects, two Registered Electrical Engineers, one Registered Mechanical Engineer, three Registered Civil Engineers, one Registered Structural Engineer, two LEED certified professionals familiar with compliance of sustainability requireme nts during design and construction, two certified environmental survey personnel (asbestos, lead based paint, soil, etc.), two environmental design personnel (asbestos, lead based paint, soil, etc.), one Value Engineer, two experienced M-CACES/MII Cost Est imators, one Registered Communications Distribution Designer, one Registered Surveyor and survey crew, a GIS Specialist, a CADD expert, a geologist or soils engineer and geotechnical drill rig and crew to collect soil borings and samples, and a Corps certi fied testing lab (Geotech and Environmental-asbestos, lead based paint, soil, etc.). None of the required personnel can be dual disciplined, i.e. a separate employee must be on the Design Team except as noted for each stated requirement above to meet the p ersonnel required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically listed. Resumes for the survey crew and drill crew are not required. Current Corps testing lab certification shall be su bmitted with the SF 330. Repeat Resume Page as needed to provide all required resumes. Key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize p ersonnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall, prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the submitte d personnel must be equal to or better than those whose resumes were submitted. (c) PAST PERFORMANCE: Firms must demonstrate past performance with respect to co st control, quality of work, and compliance with performance schedules. (d) CAPACITY: Firms must demonstrate adequate team capacity to coordinate, design and manage multiple task orders concurrently meeting all program milestones. (e) Firms must demonstrat e experience in evaluating contractors submittals and performing construction surveillance. (f) KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity with the Southwestern Region and their applicable architecture, building codes, environmental regula tions, soil conditions, seismic requirements, and regulatory agencies. The following, items (g) through (h), are secondary criteria: (g) SUBCONTRACTING: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and H BCU/MI in the proposed contract team, measured as a percentage of the estimated effort. (h) VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms must show their last 12 months DOD contract awards stated in dollars (see details in a subsequen t paragraph). See follow-on amendment for the Paragraph 4 - Submittal Requirements.
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN00953817-W 20051218/051216212248 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |