Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
MODIFICATION

C -- INDEFINITE DELIVERY CONTRACTS FOR MISCELLANEOUS ARCHITECTURAL AND ENGINEERING SERVICES FOR CIVIL AND MILITARY REQUIREMENTS WITHIN THE NORTHWESTERN DIVISION: OMAHA, SEATTLE, PORTLAND, WALLA WALLA, AND KANSAS CITY DISTRICTS

Notice Date
2/27/2006
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-06-R-0005
 
Response Due
3/1/2006
 
Archive Date
4/30/2006
 
Small Business Set-Aside
N/A
 
Description
This is a notice of changes from the initial notice issued December 5, 2005; which was extended on December 9, 2005, January 6, 2006, and January 20, 2006. For procedural questions contact Ms. Sharon Spohn (402) 221-4102; for technical issues contact Mr. Richard Smutny, P.E. (402) 221-4528. Personal visits for this solicitation to the Omaha District offices will not be scheduled. E-mail your questions to U. S. Army Engineer District, Omaha, Nebraska, Sharon.a.spohn@nwo02.usace.army.mil. CHANGES TO SOLICITATION: ** CONTRACT INFORMATION. This solicitation covers projects located within the boundaries of the Northwest Division, (Omaha District, Seattle Distric t, Portland District, Wala Wala District, and Kansas City District). Up to two unrestricted competitive acquisition firm-fixed price contracts. *6 (e) ACASS documentation covers the Northwest Division. *6(f) Added Ft Riley, KS., Ft Leavenworth, KS., Ft Leonard Wood, MO., Ft Lewis, WA., and Malmstrom AFB, WA. CONTRACT INFORMATION: Partial small business set-aside. Up to fivefour Indefinite Delivery Contracts for Architect Engineer Services are required primarily for Military Programs requirements within the Northwestern Division, Omaha District, but could also be used to support Civil Works or Environmental Remediation Programs. The Contracts will be acquired in accordance with PL 92-582 Brooks Architect-Engineers Act (40 U.S.C. 541) and FAR part 36. The specific requirements may be for projects located anywh ere within the boundaries of the Northwestern Division (Omaha District, Seattle District, Portland District, Walla Walla District, and Kansas City District), or as indicated in this announcement or resultant task orders. These contracts will be managed by Omaha District: Up to two three unrestricted competitive acquisition firm-fixed price contracts, maximum award amount $3 Million (unless awarded to small business then the maximum award amount will be up to $5 Million) and up to two Small Business Set-Asi de contracts, competitive acquisition, firm-fixed price, maximum award amount up to $5 Million. . The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subjected to the prohibitions and restric tions of the Federal Acquisition Regulation (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest. Services will be acquired in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. Awards will be for Indefinite Delivery Contrac ts with a one-year base period, and one year options not to exceed a total of three years (up to five years if awarded to small business). There will be no minimum or maximum per delivery orders. Offerors shall indicate in order of preference which of th e above contracts they are qualified and interested in being considered. No firm will be selected for more than one contact as a prime. Contract Options may not be awarded if not supported by sufficient workload. Types of services required will include site investigations, studies, reports, inspections, load ratings, concept designs, final designs, and construction phase services. Allocation of task orders from among firms with IDT contracts for similar work will be based on one or more of the following factors: specialized knowledge or expertise which would significantly benefit a specific customer or enhance execution, past experience with a specific customer or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, and equitable workload distribution. All firms prior to the award of a contract may be subjected to a Defense Contract Audit Agency audit, to be determined by the Contracting Officer . SUBCONTRACTING PLAN REQUIREMENTS: If the Architect-Engineer selected through the unrestricted portion of the solicitation is an Other than Small Business concern, the A-E shall be requir ed to submit a subcontracting plan with the final proposal as required by Federal Acquisition Regulation 52.219-9, Small Business Subcontracting Plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2006: (a) Small Business: 43.0% of planned subcontracting dollars. (b) Small Disadvantaged Business: 16.5% of planned subcontracting dollars*. (c) Women Owned Small Business: 5.7% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 1.5% of planned subcontracting dollars*. (e) Hubzones: 8.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. PROJECT INFORMATION: Task orders under this contract will consist primarily of design for new, addition, and remodel of facilities including (but not limited to) administrative, operations, training, maintenance and production, medical, and housing and com munity improvements. Task orders may also include water resource related projects, environmental restoration projects, environmental remediation projects, infrastructure design for facility-related site utilities and grounds, site planning and design, lan dscaping, and roads and bridges. Finally, task orders may include requirements for facility-related special designs including specialized structural load analysis related to force protection and anti-terrorism, fire protection, underground storage tank rem oval/replacement, interior design (CID/SID), asbestos/lead paint removal, and Energy Management Control Systems (EMCS). Construction cost estimates may be required for any of the design tasks listed above. Work will be primarily located within the geogra phic boundaries of the Northwestern Division, but may be anywhere in the U.S. subject to approval of all parties and with Omaha District approval. It is likely that use of the metric system of measurement may be required for some deliverables under the pr oposed contract; however, metric system experience is not a selection criterion and is not required for selection. Construction cost estimates will be prepared using the Corps of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) Second Generation (MII). (M-CACES software will be provided to the successful firm after contract award). Requirements for drawing preparation format are to be fully compatible with Bentley Microstation V8.5, or AutoCAD 2002 (minimum) depending on specified customer requirements. A higher rating may be achieved for those firms that can demonstrate the ability to work in both formats. SELECTION CRITERIA: Criteria for selection, in order of importance, are: (a) Demonstrate recent experience and technical competence of the firm (including consultants) in: (1) Design for new, addition, and remodel of facilities including (but not limited to) aviation facilities, administrative, operations, training, maintenance facilities, child development centers, and other MILCON type projects. Include any related past experience within Northwestern Division (NWD) and its customers. List only experie nce that has occurred within the last five years (include design start and completion dates) and include project programmed amounts, associated design fees, and actual project award amounts in Part I, F of SF 330. (2) Design of infrastructure for facility -related site utilities and grounds, site planning and design, landscaping, and roads and bridges (inspections, load ratings, scour evaluations, design, etc). Include related past experience within NWD and its customers. List only experience that has occur red within the last five years (include design start and completion dates) and include project programmed amounts, associated design fees, and actual project award amounts. (3) Design of specialized building systems such as structural load analysis and de sign related to force protection and anti-terrorism, fire protection, security detection and alarm systems, communications (voice/data), mas s notification systems, and Energy Management Control Systems (EMCS). (4) Experience in compliance with laws, regulations, user criteria, or other critical project criteria as related to general project design and construction, and for special asbestos/le ad paint removal, underground storage tank removal/replacement, and permitting required for project construction. (5) Use of the MCASES Gold cost estimating system. List specific project examples (in the last five years) that MCASES Gold was used. (6) E xperience with Sustainable Design or Green Building design concepts including energy efficiency, use of recovered materials, waste reduction and pollution prevention in facility design. Provide pertinent information on LEED certified personnel and speci fic project applications. (b) Quality control procedures and team organization, including consultants as described in the Design Management Plan (see SUBMITTAL REQUIREMENTS). The selected A-E firm must be able to provide designs that meet guidance, criter ia and quality standards without detailed review by the District. The firm must also present a logical team organization (org chart or matrix) that provides an effective method of coordination and communication between the individual team members as well a s consultants. (c) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: project manager, architecture; interior design ; landscape architecture/master planning; civil; sanitary (water and wastewater treatment); environmental (hazardous waste); mechanical; fire protection; electrical; structural; cost engineering; soils engineering; surveying; and, asbestos/lead remediation . (d) Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. Describe experience with multi-discipline task order type contracts that require the ability to respond quickly to task orde rs, requests for proposals, and completion of projects on an accelerated schedule. (e) Past performance (ACASS) on previous contracts with respect to cost control, design to cost, quality of work, and compliance with performance schedules. Proposing firm s must demonstrate familiarity and recent experience with project planning and design within the geographic boundaries of the Northwest DivisionOmaha District, U.S. Army Corps of Engineers. (f) Itemize by Command past performance (with respect to cost con trol, design to cost, quality of work, and compliance with performance schedules) for all projects completed for Hq. Air Force Space Command, Hq. Air Combat Command, U.S. Air Force Academy, CO., Ft Carson, CO., Army Space & Missile Defense Command, Hq. Arm y Strategic Command, Hq. NORAD/U.S. Northern Command, Hq Air Force Reserve Command, and Army Reserve Command, Ft Riley, KS, Ft Leavenworth, KS., Ft Leonard Wood, MO., Ft Lewis, WA., and Malmstrom AFB, WA. (g) Compatibility with CADD systems for projects a nd work as described above. The successful firm will show competency with Bentley Microstation V8.5 and AutoCAD 2002 (minimum) with the ability to deliver electronic CADD and CALS files, as well as vellums and prints. Higher ratings are issued to firms th at are capable of working in both systems. (h) Extent of participation of SB, SDB, and, if appropriate, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort . (i) Volume of DOD contract awards in the last 12 months with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF330 and separate information for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-CT, ATTN: Sharon Spohn, 106 South 15th Street, Omaha, NE 68102-1618. Submittals must be received no later than 2:00 PM CDT on 1 March 2006. Persona l visits for this solicitation to the Omaha District offices will not be scheduled. As additional information in the SF330, provide the following: (a)Design Management Plan (DMP). Include in Part I, Section H. The plan should be brief and include an exp lanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used, and an organizational chart showing the inter-relationship of management and various team components (including subcontracto rs). (b) Provide the submitting firm's number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS). If firms have no number, so state. Provide the ACASS firm number for any consultants. If firms have no number, so state. NAICS Code 237990, $28.5 million small business, SIC 8711, Federal Supply Code R425.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00995588-W 20060301/060227212542 (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 |
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.