Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

C -- Modification of Synopsis of Proposed Contract Action for Facility Repair and Renewal Program Architect Engineer Acquisition - Unrestricted Competition

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-07-R-0048
 
Response Due
9/6/2007
 
Archive Date
11/5/2007
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This synopsis publicizes contract actions proposed to support the US Army Engineering and Support Centers Facility Repair and Renewal (FRR) Program, A-E requirements. The purpose of the FRR program is to support its vari ous customers throughout the Continental United States, District of Columbia, Alaska, Hawaii, and U.S. Territories and possessions with their facility repair, renovation, conversion, alteration, addition, construction, equipment procurement/installation, a nd maintenance requirements. In order to accomplish this objective, the FRR program proposes to award multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, under which firm-fixed price (FFP) task orders may be issued for the provision of stand-alone Architect-Engineer (A-E) services. The contracts will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. See numbered note 24 for general information on the A-E selection process. The North Ameri can Industrial Classification System code is 541330 and the size standard is $4,500,000.00. The proposed contract ordering period is for one (1) base year and four (4) one-year option periods. The total requirements expected to be awarded under the FRR A-E contracts are anticipated to equal approximately $15,000,000. The Government will conduct two separate competitions for award of ID/IQ A-E contracts to support the FRR A-E requirements (one unrestricted and one restricted for competition among st 8(a) small businesses). This public announcement is for the unrestricted competition and is intended to result in multiple awards (approximately 2). Of the total $15,000,000 programmatic capacity, the total capacity of $10,000,000 is estimated for t he unrestricted MATOC pool which will be shared amongst the awardees in the MATOC pool. The A-E Contractors and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for an FRR construction (with design-build capabilities) contract (see W912 DY-06-R-0029, W912DY-07-R-0032, and W912DY-07-R-0033). The A-E Contractors and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for an FRR construction (with design-buil d capabilities) award (see W912DY-06- R-0029, W912DY-07-R-0032, and W912DY-07-R-0033). Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The highest ranked firm selected for negotiatio ns will be provided a Request for Price Proposal (RFPP). If a mutually satisfactory contract cannot be negotiated, a RFPP package will be provided to the firm ranked next on the approved selection report. This procedure would continue until all mut ually satisfactory contract(s) have been negotiate d and awarded. Placement of task orders will be consistent with FAR subpart 36.6, Architect-Engineer Services and subpart 16.5, Indefinite Delivery Contracts. The Government will provide each award ee a fair opportunity to be considered for each task order exceeding $3,000 issued under the multiple ID/IQ A-E contracts. The Government will consider award of the A-E task order to the 8(a) awardee prior to consideration of the unrestricted awardees. If it is determined inappropriate to award the task order to the 8(a) awardee, the Government will then consider the unrestricted awardees for the task order award. If the Government has information available to ensure that each awardee is provide d a fair opportunity to be considered for each order, the Government may not contact each of the multiple awardees under the contract before selecting an order awardee. When selecting an order awardee the Government will consider: a. Capabili ty to perform the level of complexity required for successful execution of t he task; b. Past performance on earlier orders under the contract, includ ing quality, timeliness and cost control; c. Potential impact on other orders placed with the contractor; and d. Minimum order requirements. Cost will not be an evaluation factor to be considered in selecting an order awardee. Formal ev aluation plans and scoring of quotes or offers will not be required. The Government will give every awardee a fair opportunity to be considered for a delivery-order or task-order exceeding $3,000 unless an exemption provided in FAR 16.505(b)(2) applies . PROJECT INFORMATION: The Facility Repair and Renewal A-E contracts provide all services required t o prepare plans, specifications, work plans and other supporting documents necessary for execution of the FRR projects issued by task order. As par t of the design effort the contractor may be required to survey the problem areas, evaluate, and recommend solutions. The level of detail and format of the design packages may vary dependent upon the complexity of the FRR project. A complete design , including a bid schedule, an order of work clause, a construction contractor submittal register, quantity and cost estimated, MCACES construction cost estimates, a proposed construction schedule, design analyses and calculations, a design document report , an engineering considerations and instructions report, and a draft operations and maintenance manual shall be developed for each project. In addition to project designs the contractor may be required to conduct studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, preparation of parametric estimates, equipment and systems commissioning and other related services. In accordance with DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Government may direct the A-E Contractor to perform any part or all of the supervision and inspection services for the construction contract. SELECTION CRITERIA: The selection criteria for the basic ID/IQ contracts are listed below and are equal in importance (first by major criterion and then by each sub-criterio n). Criteria a-e are primary. Criteria f-g are secondary and will only be used as tie-breakers among firms that are essentially technically equal. a. Specialized experience and technical competence in: (1) Design of new facilities and design of renovations of facilities including but not limited to Barracks, Office/Administration facilities, Laboratories, Command Operations facilities, Warehouses, Morale Welfare Recreation/Non-Appropriated Funds facilities, and support functions of facilities (generators, power, water, steam); (2) Experience of the prime firm and significant subcontractors (i.e. any subcontract which equals 10% or more of the prime contract) in working together; (3) Experience in adapting standard design package s. The adaptations should demonstrate space conversions (warehouses to offices for example), working with existing systems in renovating portions of facilities; (4) Rehabilitation of existing facilities of various types, sizes, and complexities; (5 ) Application of Anti-Terrorist/Force Protection criteria; (6) Design of projects on Department of Defense, Department of Homeland Security, Department of Veteran Affairs, State Department, Department of Interior, Department of Energy, Department of Tr ansportation, and state and local government facilities; (7) Specific technical capabilities, such as construction cost estimating, scheduling, value engineering and materials testing. The technical capabilities should demonstrate the type of equipment or software used and the need for subcontractors to perform these tasks; (8) Knowledge of specific laws, regulations, building codes and criteria that are enco untered in the design of government and private facilities; (9) Bentley Microstation CAD software, necessary equipment to run software, USACE A/E/C CADD standards, production of PDF files for advertisement and the ability to convert CAD production sour ce files into fully functional, error free files of AutoCAD and other required CAD products; (10) Design quality management approach. Specifically, how will the contractor maintain the quality of the design and cost control. What system is in place to assure the design quality is maintained? b. Professional qualifications necessary for satisfactory performance of the required services. The Government will consider the qualifications, experience, and training of licensed, registered, and/or c ertified key personnel. Resumes shall be provided in Section E for the following key personnel: architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, communications engineer, fire protection engineer, geotechnica l engineer, land surveyor, safety engineer, interior designer, cost engineer, project manager, and landscape architect. Also provide the resume for a Leadership in Energy and Environmental Design Accredited Professional (LEED-AP), which can be one of t he personnel listed above. c. Past performance on recent (i.e. performed within the past three (3) years from the release of this announcement) DoD and other contracts with respect to cost control, quality of work, and compliance with performance sche dules, as determined from Past Performance Information Retrieval System (PPIRS) and other sources. PPIRS will be queried for all prime firms. Performance evaluations for any key subcontractors will also be considered. Any credible, information on p ast performance can be considered, but a board is not required to seek other information on the past performance of a firm if none is available from PPIRS. d. Capacity to accomplish the work in the required time. The Government will consider the firms ability to make available an adequate number of interdisciplinary teams to accomplish at least five (5) task orders simultaneously. e. Capability to perform work throughout the Continental United States, District of Columbia, Alaska, Hawaii, and U .S. Territories and possessions. Firms should demonstrate their capability to perform work in multiple geographic locations. Greater consideration will be given to the A-E firms with the capability to perform work in diverse locations rather than o nly having experience in one geographic area. f. Extent of participation of small businesses (SB), small disadvantaged business (SDB), historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team , measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner. The greater the participation the greater the consideration. g. Volume of work awarded by DoD during the previous 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses. A large business concern, upon notific ation that it is the apparent successful offeror, must submit a small business subcontracting plan in accordance with FAR Clause 52.219-9, Small Business Subcontracting Plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for the performance of the resultant contract: (i) 51.2 % of subcontracted amount contract amount with small business concerns. (ii) 8.8 % of subcontracted amount contract amount with those small business concerns owned and controlled by soc ially and economically disadvantaged individuals. (iii) 7.3 % of subcontracted amount contract amount with those small business concerns owned and controlled b y women. (iv) 1.5 % of subcontracted amount contract amount with those small business concerns owned and controlled by Service-Disabled Veterans. (v) 3.1 % of subcontracted amount contract amount with those small business concerns owned and controlled by HUBZones. (vi) Negotiated% subcontracted amount contract amount with those concerns owned and controlled by Historically Black Colleges and Universities. (vii) Negotiated% subcontracted amount contract amount with those concerns owned and control led by Minority Institutions. Note that the goals are expressed as a percentage of the total contract, not percentage of subcontracting. The small business subcontracting plan is only required from Large Business offer ors selected for award and is not r equired with the initial proposal submission. SUBMISSION REQUIREMENTS: Offerors must be registered in the Central Contractor Registration (CCR) to be eligible for award. Firms may register via the CCR internet site at http://www.ccr.gov. Interested f irms having the capabilities to perform the work described above must submit 1 electronic copy of SF 330 Part I and SF 330 Part II for the prime firm and all consultants to the Contract Specialist, Mrs. Sarah Annerton, via email at Sarah.Annerton@usace.arm y.mil. Additionally, two (2) hard copies shall be submitted. Electronic and hard copy submissions will be received until 1600 (4:00 pm) (GMT -6:00) Central Time on 6 September 2007. The address for the hard copy submission is as follows: US Army Engin eering and Support Center, CEHNC-CT-S, ATTN: Sarah Annerton, 4820 University Square, Huntsville AL 35816-1822. The electronic and hard copy submission shall be identical in content. The SF 330 Part I shall not exceed 50 pages (8.5 x 11), including no m ore than 5 pages for Section H. Each side of a sheet of paper is considered one page. Use no smaller than 12 font type. Include the firms DUNS number in the SF 330, Part I, Section H. In Section H, describe the firms overall Design Quality Management P lan (DQMP). In Section H, also indicate the estimated percentage of involvement of each firm on the proposed team. All technical experience and competence demonstrated should be recent (i.e. performed within the past three (3) years from the release of t his announcement) and relevant (i.e. similar to the services identified in this announcement). Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the an nouncement period. This is not a request for proposal. Vendors who intend submit a SF330 are requested to contact the Contract Specialist, Mrs. Sarah Annerton, via email at Sarah.Annerton@usace.army.mil for informational and planning purposes. Awards are anticipated to be made in early 2008.
 
Place of Performance
Address: Contractor facilities/project sites throughout the US, Alaska, Hawaii, DC, & US territories See Description Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01390992-W 20070901/070830222352 (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.