SOLICITATION NOTICE
C -- ARCHITECT/ENGINEER SERVICES FOR TWO INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACTS PRIMARILY FOR THE DESIGN OF MILITARY AND CIVIL WORKS PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES
- Notice Date
- 3/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-R-0040
- Response Due
- 4/18/2007
- Archive Date
- 6/17/2007
- Small Business Set-Aside
- N/A
- Description
- 1. This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services for various military and Civil Works projects primarily within the Great Lakes and Ohio River Division mission boundaries. The Louisville District Army Reserve and Air Force Reserve design missions are nationwide. Projects outside the primary mission area of responsibility may be added at the Governme nts discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The maximum cumulative contract value for each contract is $6,000,000. The contract period is 3 years. The estimated construction cost per project is approxi mately between $100,000 and $25,000,000. The top ranked firm will be awarded the first contract and the second ranked firm will be awarded the second contract. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which contractor will be selected to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required t ime, uniquely specialized experience, and equitable distribution of work among the contractors. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subc ontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 51.2% to Small Businesses, 7.3% to Woman Owned Small Business, 8.8 % to Small Disadvantaged Business, 1.5% to Service Disabled Veteran Owned Small Business, and 3.1% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the A/Es quality control procedures, as the District will perform the Quality Assu rance role only. Estimated start date is July 2007. To be eligible for award, a firm must have a DUNS number and be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD E lectronic Commerce Information Center at (800) 334-3414. Register to provide representations and certifications at http://orca.bpn.gov. The Louisville District may partner this Program. The selected firms may be required to attend annual two-day partnering workshops, to define the Governments expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. Cost for these sessions will be borne by the selected A/E. Additionally; a two-day orientation ses sion on BIM may be conducted upon award of the base IDIQ contract. This will be a discipline by discipline orientation on Louisville District criteria, procedures, processes and Building Information Modeling (BIM). The cost for this orientation session wil l be the responsibility of the awarded A/E firms. The A/E shall make available all employees, professional and non-professional, who will be primary and back-up BIM team members. The A/E firm is responsible for their initial and subsequent training costs . The disciplines required for training are Architecture, Interior Design, Structural, Mechanical, Electrical, Civil and Cost Estimating. 2. PROJECT SPECIFIC INFORMATION: Projects may consist of A/E services for horizontal and vertical military projects and Civil Works projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for prop osal; BIM data development; site investigation of existing conditions; engineering services during construction/construction management services; design of demolition and deconstruction; hazardous materials survey, analysis, and abatement methodology; sust ainable design; const ruction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various locations; and comprehensive planning that is related to future construction requirements on military installa tions. This contract may use BIM to carry out the design requirements of the Louisville District. BIM utilizes computer-aided design (CAD) technology with intelligent information loaded three dimensional models. BIM will assist the Designer of Record in p roducing complete sets of plans, design analyses, specifications and cost estimates. The required project task orders under this IDIQ contract may include some or all of the following types of building structures: Barracks, Company Operations Facilities, Brigade and Battalion Headquarters, Airfield and other transportation facilities, Dining Facilities, Tactical Equipment Maintenance Facilities/Vehicle Maintenance Shops, Maneuver Facilities, Ranges, and other training areas, Organizational Parking includin g petroleum storage, Unit Storage Facilities & warehouses, Chapels, Physical Fitness Training Centers & Sports Complexes, General Purpose Administrative Buildings, Child Development Centers, Simulation Centers, Medical Facilities, Family and Soldier Housin g, Libraries, Conference Centers, Interim and Deployable Facilities, Site Design parking, roads, landscaping, storm drainage, etc., Master Planning, and specialized, mission-specific facilities (e.g. Heavy Drop Rigging Facility, Tactical Unmanned Aeronau tical Vehicle (TUAV) storage and maintenance), and other military facilities as well as flood protection and navigation projects. Associated design effort may include: civil site design; demolition and/or the renovation of existing facilities; environmenta l compliance; NEPA documentation associated with a design project; controlled waste and flammable storage; asbestos, lead and PCB surveys and/or abatement & utility investigations. Other functions beyond traditional design may include: the development of s implified design approaches; performance of engineering feasibility studies, site assessments, and DD Form 1391 development related to new projects and project sites; providing construction management services (shop drawing review, site inspection, etc. fo r construction projects). Construction cost estimating will be accomplished using the Micro-Computer Aided Cost Estimating System (M-CACES) software (software and database will be furnished). Specifications must be electronically developed using Unified Fa cilities Guide Specifications (UFGS), Louisville District Guide Specifications, and Industry Standard Specifications. All specifications shall be edited using SpecsIntact Automated Specification processing system. All project specifications shall be writte n in the Specs Intact Format. Electronic drawings will be required for all activities. Electronic drawing development will be accomplished using MicroStation Version V8 or greater, and using the MicroStation TriForma suite of modeling tools. For specific p rojects, the awarded firm may be required to provide resumes or completed SF330 forms for a certified industrial hygienist, a military master planner, and/or a laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standar ds and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP), as part of the design team. The hygienist must be a Certified Industrial Hygienist (CIH) as certified by the American Board of Industrial Hygienist (ABIH). A la boratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be available for hazardous material testing as needed. The sel ected firm will be solely responsible for the designs that they produce, and will become the Designer of Record for each individual project within their contrac t. 3: SELECTION CRITERIA: The specific selection criteria (a through d are primary and e though f are secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Professional Qualifications: A resume for two designers and one checker in the following fields; architecture; civil; structural (independent of civil); mechanical; and electrical engineering are necessary with at least two in each field professionally registered in the relevant professional field as an engineer or architect. At least one civil engineer must be registered in the states of Tennessee and Kentucky. A resume for one designer and one checker in the following fields: environmental engineering, geotechnical (soil engineering); and fire protection engineering is necessary with at least one in each field professionally registered in the relevant professional field as an engineer. One resume is required for a Registered Communication Distribution D esigner (RCDD). Two resumes for Interior Designers are required, both must be certified by the National Council of Interior Design Qualifications (NCIDQ), be registered Interior Designers, or registered architects with five years of experience and training in interior design. Two resumes for Certified Value Specialists (CVS) are also required. Additionally at least one professional, qualified by a combination of education, registration, certification, and/or training is required in each of the following fie lds; cost estimating, landscape architecture, life safety, hazardous material inspection and abatement methods, and military master planning. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) A degree in Fire Protection Engineering from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineerin g examination; OR (c) registration in an engineering discipline related to fire protection engineering. The hazardous materials inspector must have successfully completed an EPA approved asbestos inspector course and be able to obtain accreditation in the state where the survey is being conducted. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. The individuals identified by project roles may not be dual hatted. b) S pecialized Experience and technical competence in the expected activities identified above, to include experience with: Building Information Modeling; design/build project design methodology; projects utilizing Sustainable Design (using an integrated desig n approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construc tion and operation; efficiency in resource and materials utilization, development of healthy, safe, and productive work environments; and employing the SPiRiT and LEED evaluation and certification methods); anti-terrorism and force protection measures; con struction cost estimating using M-CACES; electronic drawing development utilizing a CADD system and design charrettes as evidenced by the resumes of the key personnel assigned to this project. Only resumes identifying the professionalism and specialized ex perience of key members of the design team are necessary. Other available personnel may be specified in paragraph H of the SF330. In addition, the following must be addressed in paragraph H of the SF330; a brief Design Quality Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable); quality control procedures (for plans, specifications, design analysis and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Block H also indicate the estimated percentages involvement of ea ch firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously; d) Past performance on DoD and other contracts to include cost control, quality of the work, and compliance with performance schedules; e) Extent of participation of Small Business, Small Disadvantaged Business, historically black colleges and universities , and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on one CD of the SF 330, Part I, and one paper copy of SF 330, Part II for the prime firm. Each branch office that w ill have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word ( .doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing th e work in Block 3b of the SF330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. The SF 330 will be no longer than 100 pages in length (excluding the SF330, Part IIs) and Block 10 will be 2 0 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF330 to this announcement must be received no later than 4:00 p.m. local time on April 18, 2007. No other information including pamphlets or booklets is requested or required: No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation package s are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40202-2267. Contracting Poi nt Of Contact: Tom Dickert at (502) 315-6177, Email tom.e.dickert@lrl02.usace.army.mil.
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Country: US
- Zip Code: 40202-2230
- Record
- SN01253195-W 20070318/070316221340 (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 |