SOLICITATION NOTICE
C -- Architect-Engineer (A-E) Services IDIQ for Civil and Environmental Design, Environmental Studies, Abbreviated Design for New Facilities and Renovation of Existing Facilities and Construction Support at Fort Lewis, WA
- Notice Date
- 8/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-07-R-0032
- Response Due
- 9/10/2007
- Archive Date
- 11/9/2007
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. This procurement will be evaluated using Brooks Act (PL-92-582) procedures. THIS IS AN UN RESTRICTED ACQUISITION OPEN TO ALL BUSINESSES CONCERNS. The purpose of this contract is to provide multi-discipline Architect-Engineering (A-E) services for civil and environmental design, environmental studies, abbreviated design for new facilities and r enovation of existing facilities and construction support services, , landscaping, mechanical, electrical and structural engineering design primarily for use by Fort Lewis and its sub-installations. Some asbestos and lead paint survey work may be required . This announcement will result in the award of one-year fixed-price indefinite delivery contract with option to extend for two additional years. This contract should have an individual delivery order limit of $500,000 per task order and $1,000,000 per yea r for the base period and two option periods with a maximum contract value amount of $3,000,000. Work will be issued by negotiated firm fixed-priced task orders not to exceed the base contract amount. The A-E will be required to prepare, using current Co rps of Engineers standards, plans, specifications, design analyses, and cost estimates, as required for a variety of major military construction projects, as well as for maintenance, repair, and alteration projects. Some task orders will involve preparati on of request for proposals (RFPs) for design build contracts. Services shall be accomplished in the contractors office with the exception of such field investigations and field surveys as are required at the project site. The Government will not provide any direct supervision of the Architect/Engineer (A/E) employees. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Criteria (1) through (5) are PRIMARY criteria and will be evaluated for al l firms. The PRIMARY criteria are listed in descending order of importance. Criteria (6) through (8) are SECONDARY criteria and shall only be used as tie-breakers should the application of criteria numbers (1) through (5) result in firms being rated as technically equal. PRIMARY Criteria: (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm(s). Projects completed on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be conside red more favorably for this criteria (2) PROFESSIONAL QUALIFICATIONS of key personnel to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in Criterion (1), as demonstrated by education a nd professional registration and/or certification, specific to architectural and engineering disciplines, including: civil, structural, electrical, mechanical, environmental, architectural and interior design, sustainable design and cost engineering. Resu mes (Standard Form (SF) 330, Section E, Page 3; one Section E shall be completed for each key person identified) must be provided for these disciplines, including proposed consultants. In the resumes under Project Assignments, use the same disciplines nom enclature as is used in this announcement. Key personnel are defined as lead designers for key disciplines, Project Manager and Quality Control Manager to be assigned to this contract. Key personnel proposed are required to be licensed or certified prof essionals, as applicable. The evaluation is to consider education, training, registration, overall and relevant experience and longevity with firm. Provide an organization chart identifying each member of the project team. As a minimum, key personnel mu st be included. Indicate the branch office location of each team member. (3) PAST PERFORMANCE of the project team on similar projects will be retrieved from A CASS/CCASS. The Government may consider information obtained from past and present customers or clients, other Government agencies, current and former subconsultants, ratings in ACASS/CCASS and any other sources deemed necessary by the Government. (4) CAP ACITY of the proposed team to accomplish approximately the work of the required type and the dollar amount stated in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Demonstrate the ab ility to complete several multidisciplinary contract task orders concurrently. (5) KNOWLEDGE OF THE LOCALITY of the contract as it relates to engineering design, particularly west of the Cascades in Idaho, Oregon, Montana and Washington. Information prov ided must demonstrate expertise in geological features, climatic conditions, and/or local construction methods. SECONDARY Criteria: (6) EXTENT OF SMALL BUSINESS PARTICIPATION (including Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB), historically black colleges and universities, and minority institutions) in the proposed contract team, measured as a percentage of the total estimated effort. (7) GEOGRAPHICAL PROXIMITY to Fort Lewis and its sub-installations.(8) EQUITABLE DISTRIB UTION OF THE WORK. List the total amount (dollar value) of Department of Defense (DoD) contract awards as the prime contractor within the past twelve (12) months. GENERAL INFORMATION: The contract is anticipated to be awarded in October 2007. The primar y North American Industrial Classification System (NAICS) Code for this procurement is 541310, previously Standard Industry Code (SIC) 8712. The small business size standard is $4.5 million annual average gross revenue for the last three fiscal years. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, i t must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan or that part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: a. At least 51.2% of planned subcontracting dollars intended subcontract amount be placed with Small Businesses (SB). b. At least 8.8% of a contractor's intended subcontract amount be placed with Small Disadvantaged Businesses (SDB) or Historically Black Co lleges and Universities or Minority institutions. c. At least 7.3% of a contractor's intended subcontract amount be placed with Women Owned Small Business (WOSB). d. At least 3.1% of planned subcontracting dollars intended subcontract amount be placed wi th HUBZone small business concerns. e. At least 1.5% of planned subcontracting dollars intended subcontract amount be placed with service-disabled veteran-owned small business (SDVOSB). Go to http://www.va.gov/osdbu/dbwva/index.asp or http://www.sba.gov/ VETS/ for questions concerning the Veterans Business Development program. The subcontracting plan is not required with this submittal. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractors Registration (CR) pri or to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log on to Internet web site at http://www.ccr.gov. Qualified firms desiring consideration shall submit one copy of a SF-330 including organization chart of key personnel to be assigned to this contract and each subconsultants current SF-330 to Mr. Erik Lundstrom, USACE Seattle District, CB-CT-MU(Lundstrom), 4735 E Marginal Way S, Seattle, Washington 98134-2329. One copy of the submittal package is due not later than 2:00 PM Pacific Time on 10 September 2007. Submittals received after this date and time will not be considered. No e-mail, tele graphic or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS PROCUREMENT IS UNRESTRICTED, OPEN TO BOTH LARGE A ND SMALL BUSINESSES.
- Place of Performance
- Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Country: US
- Zip Code: 98124-3755
- Record
- SN01366136-W 20070810/070808221739 (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 |