Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2007 FBO #1986
SOLICITATION NOTICE

C -- Multi-Disciplinary Contract for Master PLanning, GIS, Design & Other Engineering Support, Savannah District and SAD Wide

Notice Date
5/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-07-R-0063
 
Response Due
5/4/2008
 
Archive Date
7/3/2008
 
Small Business Set-Aside
N/A
 
Description
Technical Point of Contact is Fred Blackburn 912/652-5547, fredrick.d.blackburn@sas02.usace.army.mil; Contractual Questions: Daisy L. Johnson at 912 652-5901, daisy.l.johnson@sas02.usace.army.mil; Questions concerning SF 330 information to Hunter D . Lupton at 912/652-5574, hunter.d.lupton@sas02.usace.army.mil; Questions concerning subcontracting plans: Leila Hollis at 912/652-5340, leila.hollis@sas02.usace.army.mil; SF 330 should be sent to the following address: U.S. Army Engineer District, Savanna h, GA 31401 ATTN: CESAS-EN-ES (Sherry Turner) 100 West Oglethorpe Avenue, Savannah, GA 31401 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and maximum of three Multidiscipline Indefinite Delivery Indefinite Quantity contracts. This contrac t is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The contract will be an Indefinite Delivery I ndefinite Quantity Contract. The contract will be for one basic ordering period and two option periods with a total contract limit of $3,000,000. Work will be issued by negotiated firm-fixed price task orders. Geographical area of coverage will be U.S. Ar my Corps of Engineers Offices, U.S. Army Installations, U.S. Air Force Bases, U.S. Naval and Marine Bases or other federal government agency owned facilities, installations or real estate under their control within the South Atlantic Division area of Georg ia, south Carolina, North Carolina, Florida, Alabama, Mississippi, Tennessee, Puerto Rico and Central South America and other projects assigned to the Savannah District. Contract is anticipated to be awarded in September 2007. This announcement is opened to all firms regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do contracting must convey th eir intent to meet the minimum small business goals on the SF 330, Section C. by identifying subcontracting opportunities with small businesses. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in acc ordance with FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal Package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. of the subcontracted work, 51.2% to small busine ss; 8.8% to small disadvantaged business ( a composite of small business); 7.3% to women-owned business (a composite of small business); 3.1% to HUBZone small business (a composite of small business); 1.5% to service disabled veteran-owned business ( a com posite of small business and veteran-owned businesses). While the Savannah District does not have a specific target for subcontracting with veteran-owned small businesses, this must be addressed in any subcontracting plan. Written justification must be p rovided if the minimum small business goals cannot be met. The subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. For additional information contact Leila Hollis at (912) 652-5340. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Work may consist of preparation of all or parts of master plans; creation, development, or operation of GIS and enterprise GIS or other engineer au tomated systems; project planning; environmental planning or asse ssments; surveying; or other related engineering work. Typical projects may include but will not be limited to preparation of short-range or long-range components, master plans, comprehensive plans, project programming documents, engineering studies and/o r analyses, projects associated with design standards for installations, and geographic information systems. 3. SELECTION CRITERIA: Factors listed below will be rated based on a relative weighting as follows: Significantly More Important- means t hat the factor is greater in value than another factor but less than two times greater. Equal- means that the factor is of the same value or nearly the same as another factor. For this solicitation, Technical Competence and Work Management/Capacity are weighted equally and each factor is more important than Key Personnel and Past Performance and significantly more important than the other individual factors. Key Personnel and Past Performance are weighted equally and each factor is more important than Knowledge of Locality. Small Business Utilization and Volume of DOD Contract Awards are weighted equally and will be used as *tie breakers* among firms that are essentially technically equal. Proposals will be evaluated on each of the criteria factors li sted below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the government that the offeror will successfully perform the factor being evaluated. An Overall Consensus rating will be given to each submission. Award will be made to the firms determined to be most highly qualified. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple off ices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that te am not being co-located and the geographical proximity to the supported projects. FACTOR 1- SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE- Specialized experience and technical competence in (1) Completion of all components of Army, Air Force, or Navy m aster planning projects, stationing or re-stationing studies, or similar efforts including various visual or graphic methods of presenting them. (2) Collection of information for scoping, pricing, and all other pre-design information required to complete D D 1391s in accordance with Army, Air Force, or Navy prescribed methods. (3) The use of Computer Aided Design (CAD), automated mapping/facilities management (AM/FM), and Geographical Information Systems (GIS) and enterprise GIS technology and the integratio n of these technologies with other facilities engineer automated systems and databases. (4) Arc-flash consulting, database administration, and the development of custom applications for ESRI, ArcIMS, ArcGIS and Bentley, Microstation, and Geographics using .net or Visual Basic. (5) Completion of NEPA documents for master plans and programmed projects and the scientific studies associated with these efforts. (6) Completion of aerial photography, establishment of horizontal and vertical ground control required for accuracy and production of photogrammetric products. (7) Completion of engineering studies on various infrastructure systems. (8) Development of Installation Design Guides, Architectural Compatibility Guidelines, and other similar documents. (9) Exper ience in placing employees of the firm on-site to train government personnel in or to complete projects related to master planning, 1391 programming, or GIS. FACTOR 2 4 - WORK MANAGEMENT/CAPACITY-A proposed management plan shall be presented which shall i nclude an organization chart to include only the personnel who will be assigned to the team for this contract. The offeror shall briefly address management app roach, team organization, quality control procedures, cost control, coordination of in house disciplines and consultants and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indic ate the primary office where the work will be performed and the staffing at this office. Any work not done by the primary office shall be addressed within this work management plan. Address the firm's capacity to perform approximately $1,000,000 in work of the required type in a one-year period. FACTOR 3- KEY PERSONNEL- Resumes for qualified personnel should be presented in Section E for the following personnel. All key personnel shall be shown on the organization chart. Key personnel in disciplines th at are required to be licensed, registered and/or certified include the following: Project Manager, Planner (2), Architect, Landscape Architect, Traffic Engineer, Civil Engineer, Mechanical Engineer, Electrical Engineer, Graphic Illustrator, Cost Estimato r, Survey Party chief and Instrument Man, Archeologist, Photogrammetrist, NEPA Specialist, Ecologist, GIS System Specialist and Computer Programmer. One resume only shall be provided for each of the above key personnel. FACTOR 4 - PAST PERFORMANCE- The Sel ection Board will evaluate the firm's past performance on DOD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. FACTOR 5- KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction meth ods of military projects in the geographic area where the work is anticipated to be accomplished. FACTOR 6- SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as prime contractor, subcontractor, or point venture partner. AL L OFFERORS ( except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss (a) Goal s for subcontracting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive and in accordance with the government's policy to maximize opportuniti es for these types of businesses. (b) The extent to which small disadvantage businesses and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror's team (c) The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. FACTOR 7- VOLUME OF DOD CONTRACT AWARDS- Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS - INTERESTED FIRMS HAVING CAPABILITIES TO PERFORM THIS WORK MUST UPLOAD PARTS I AND II OF THE SF 330 AT https://sasweb.sasusace.army.mil/aeselection/ by 4:30 p.m. local time on June 4, 2007. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not ex ceed 5 Megabytes and shall be submitted as one file using Microsoft Word (doc) or Adobe Acrobat (pdf). Part 1 of the SE 330 should not exceed 50 pages, including 15 pages for Section H, font size shall be 10 or larger. Resumes in Section E and example pr ojects in Section F shall not exceed one page each. Indicate in SectionC.11 if the prime has worked with the team members in the past five years. In Section G 26 in clude the each o the firm's key personnel associated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at the website above. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DAT E FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B5 OF THE SF 330 . Cover letters and extraneous materials ( brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at (912) 652-5703. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING this ANNOUNCEMENT WILL NOT BE SCHEDULED. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01287042-W 20070505/070503221101 (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.