Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

C -- SB for Fort Hood IDIQ

Notice Date
8/6/2007
 
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-07-R-0091
 
Response Due
9/5/2007
 
Archive Date
11/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S.GOVERNMENT PROCUREMENT SUBPART: SERVICES CLASSCOD: C-Architect and Engineering Services - Construction OFFADD: U.S. Army Corps of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, (MAJ Gerard Henry) Forth Worth, TX 76102-0300 SUBJECT: INDEFINITE DELIVERY FOR MULTIDISCIPLINE DESIGN/PROFESSIONAL SERVICES WITHIN THE SOUTHWESTERN BOUNDARIES, PRIMARILY AT FORT HOOD, TEXAS SOL W9126G-07-R-0091 DUE: (30 days from publish date) 1.0 CONTRACT INFORMATION: a. General. SMALL BUSINESS SET ASIDE COMPETITION: One (1) contract may be awarded from this announcement. This indefinite delivery AE design or other related services contracts are being procured in accordance with PL-582 (Broo ks A-E Act) and implemented in FAR Part 36.6. A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System (NAICS) Code applicable to this project is 541 330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open to all businesses regardless of size. Each contract is anticipated to be awarded on or about mid-Dece mber 2007 for a total value not to exceed $5 million with a term not to exceed 5 years with a minimum guaranteed amount of $5,000. Before a small business is proposed as a potential subcontractor, they must be registered in the Central Contractor Registra tion database. Failure of a proposed small business to be registered in CCR at the time of the SF 330s are submitted will result in their elimination as a proposed subcontractor. The wages and benefits of service employees (see FAR 22.10) performing unde r this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the Option of Fort Worth District, Corps of Engineers, Task Orders issued against contracts awarded under this announcement may be by or for other government agencies. To be eligible for contract award, a firm must be registered n 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. This is considered part of a multiple award a long with Solicitation No. W9126G-07-R-0090, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: (1) uniquely specialized experience, (2) performance and quality of deliverables under any current Indefinite Delivery Contracts, (3) current capacity and ability to accomplish the order in the required time, (4) familiarity with design criteria/codes and construction methods used at the locality, and (5) equitable distribution of work among the contractors. Price will not be used as a criterion. 2.0 PROJECT INFORMATION: No specific projects are identified at this time. Projects are received for execution, use of this contract awarded under this announcement will be considered if A-E services are to be utilized. Projects are anticipated to be i n support of primarily operations & maintenance and other miscellaneous funded designs but will not be used for major military construction funded designs at Fort Hood Army Reservation as executed by Fort Worth District. Designs may be fully design-build packages. The work may involve design, drafting, planning, studies, site investigations, survey for hazardous, toxic or regulated materials, topographic and/or boundary surveys, on site construction surveillance/ contractor submittal review, and subsurface geotechnical investigations/testing. Design projects are expected to include new construction, communication and d ata design, maintenance/repair or alterations to existing facilities, utility systems and demolition of existing facilities. Work may also include engineering studies or value engineering services. Design considerations also include landscaping, architec tural hardware, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans. Project deliverables may include engineering studies, environmental surveys (asbestos, lead based paint, soil, etc. ), CADD produced plans, specifications based on UFC guidelines and UFGS, detailed construction cost estimates, design analysis, and weekly status reports. All deliverables are required in hard copy and as electronic files on compact disks. All work must be done by or under the direct supervision of licensed professional engineers or architects. Work and deliverables may also include engineering studies, environmental studies, reports and recommendations, formulation of facility sustainment programs, CADD produced plans, specifications prepared utilizing Specsintact (Government furnished software). All CAD files used for the creation of the construction documentation plan set will be delivered in AutoCADD (latest version) or MicroStation (latest version) a s required and prepared in conformance with the CADD/GIS Technology Center A/E/C CADD Standard Release 2.0 (available at https://tsc.wes.army.mil/products/standards/aec/aecstdweb.asp). The design will be prepared using English system of measurement. Constr uction cost estimates will be prepared using Corps of Engineers MII Computer Estimating System. Software will be provided by the Government. Building Information Modeling (BIM) software will be utilized during the Design phase and will also be developed f or use by the General Contractor and subcontractors during construction. The AE design firm is to use a BIM application certified in the IFC Coordination View (2X2 or better) for Design Development, Design Analysis, Interference Checking, Design Coordinat ion & Review, Specification Coordination, Contract Document Production, Visualization/Renderings, Quantities Take-off/Cost Estimation, Construction Data Management, Modifications, RFIs, and Asbuilts. The IFCs provide a standard format for BIM to allow sha ring of information between domain and discipline software systems. Design considerations may include landscaping, architectural evaluations, hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water a nd site drainage pollution prevention plans, and construction site requirements. The specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications. Responses to design review comments will be provided using Corps of Engineers DR Checks system. All deliverables will be required in hard copy form and electronic files  electronic files may be required to be provided on CD-ROM, DVD, or compact disk. (For more information on Specsintact, M-CACES, electronic advertising process, et c. go to http://www.swf.usace.army.mil//links/e&c/ec-a. 3.0 SELECTION CRITERIA: Selection criteria in descending order of importance are as follows (Criteria (a)-(e) are primary criteria; items (f)-(i) are secondary and are used as tie-breakers among technically equal firms): (a) Specialized Experience and Te chnical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes in the SF330. (1) The selected team must demonstrate recent (within the past 5 years)and significant experience in the design of existing fa cilities and utility infrastructure and renovations, paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, service/command and unique requirements, value engineering and environmental issues. (2) F irms must demonstrate the capability to design projects incorporating the latest DoD force Protection / Anti-Terrorism criteria, UFC codes, and LEED certification criteria. (3) Firms must have personnel with at least three years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 70 and 101 and UFC 3-600-01, Design: Fire Protection engineering for facilities, which has replaced MIL-HDBK 1008C. (4) Firm must demonstrate past designs, which comply with Uniform Federal Accessibility Standards(UFAS) and Americans with Disabilities Act (ADA) require ments (5) Firms must demonstrate experience in evaluating contractors submittals and performing construction surveillance. (6) Firms must demonstrate the ability to prepare specifications based on edited (UFGS), and detailed construction cost estimates b ased on RS Means. (7) Firms must demonstrate the ability to submit drawings in AutoCad, Bentley Microstation and utilizing their respective BIM features utilizing current versions. (8) Firms must demonstrate the ability to provide data files on CD-ROM di scs, and create PDF files of specifications, drawings and other documents. (9) All narrative text, including specifications, shall be furnished in Microstation Word and Excel for windows XP format. MS-Access capability or a database which can be imported into MS-Access (XP) is also required; the selected firm may be required to upgrade versions of these and other commonly used programs during the duration of the contract. Firms must demonstrate the capability to comply with these requirements. (b) Profes sional Capabilities: The indefinite Delivery Contract will require for the A-E Contractor (either in-house or through consultant) as a minimum, the following :one project manager, two registered professional civil engineers, two registered structural engi neers, two registered architects, one landscape architect, one architectural hardware specialist, one interior designer, one registered electrical engineer, one registered mechanical engineer, one qualified fire protection engineer (A qualified fire protec tion engineer is defined as an individual meeting one of the following conditions: An engineer having a Bachelor of Science or Master of Science Degree In fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 ye ar of work experience in fire protection engineering; a registered professional engineer (P.E.) who has passed the fore protection engineering written examination administered by the National council of Examiners for Engineers and Surveys (NCEEES); or a r egistered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), one life safety specialist, one environmental survey personnel (asbestos, mold, lead based paint, soil, etc.), one environmental design personnel (asbestos, mold, lead based paint, soil, etc.), one value engineer, one cost estimator, one registered surveyor and survey crew, and a testing lab (geotech and environmental-asbestos, lead -base d paint, soil, etc.). None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Ensure that resumes are provided for each of the required architects, e ngineers, and other personnel specifically required (Resumes for the surveying crew are not required). Repeat resume page as needed to provide all required resumes. (c) Firms must demonstrate adequate team capacity to design three task orders concurrentl y meeting all schedules. (d) Knowledge of locality: Firms must demonstrate familiarity with the Central Texas areas and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencie s. (e) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, item (f) through (i), are secondary criteria: (f) Demonstrate past performance in preparing DoD, preferably Corps of Engineers design-build solicitations and full designs thru the Corps of Engineers. (g) Volume of DoD contract awards. In Section H, Part I of the SF330, firms must show their last 12 months DoD contract awards stated in dollars. (h) In Section H, Part 1 of the SF 330, include a draft design quality control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you can use to insure that a quality design is produced. (i) Geographic proximity of firm to Fort hood, TX. 4.0 SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Fort Worth District, Attn: MAJ Gerard Henry, 819 Taylor Street, Suite 2A19, Fort Worth, Texas 76102-0300 (P.O. Box 17300). GENERAL INSTRUCTIONS: (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit one copy of the SF 330 (6/2004 Edition), to the above address not later than 2:00 p.m. (Central Time) on the response date indicated above. Late proposal rules foun d in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the prime for th e design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the con tract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using Standard English. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART 1 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E, provide brief resumes of the on -staff or sub-consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b; (c) In Section F, a maximum of 10 projects including the prime and sub-consul tants will be reviewed. Use no more than one page per project; (d) In Section G, block 26, include the firm and location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart indicating how each firm on the proposed team (prime and each subcontractor as identified in part I, S ection C) integrates into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities, clarif y planned capability, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Un der paragraph 3g, above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task O rders (This information will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award. Generally, describe the firms overall Design Quality Management Plan (DQMP). (A project-specific design q uality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.) Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (sign ed within the past 12 months) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Vet eran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million; (b) In Block No. 4 Part II, provide the Data Unive rsal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, b ut a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be give n to firms during the announcement period. 5.0 Points of Contact: Contracting  MAJ Gerard Henry, (817) 886-1070, Technical  Ron Bradney (817) 886-1961, e-mail your questions to US Army Engineer District, Fort WorthMilitary at: gerard.henry.MAJ@swf02.army.mil. This is not a request for proposal .
 
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
 
Record
SN01363523-W 20070808/070806221600 (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.