Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2008 FBO #2279
SOURCES SOUGHT

C -- Indefinite Delivery/Indefinite Quantity Fixed-Price A-E Contract for Multidiscipline Design or other Professional Services required to support Mil Const Projects assigned to the Southwestern Region(primarily for the Fort Worth District)

Notice Date
2/20/2008
 
Notice Type
Sources Sought
 
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-08-S-FW77
 
Response Due
3/6/2008
 
Archive Date
5/5/2008
 
Point of Contact
joan.o.lore, 817-886-1086
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(joan.lore@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Project Number: W9126G-08-S-FW77 RESPONSE DATE: 03-06-2008 Place of Performance: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street Fort Worth, TX 76102-0300 US Description: Information Needed: SOURCES SOUGHT SYNOPSIS: This is a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS THEREFORE NO SF 330 FORMS ARE REQUIRED AT THIS TIME. North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. No reimbursement will be made for any costs ass ociated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community (Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) to compete and perform a Firm Fixed Price Indefinit e Delivery/Indefinite Quantity Contract. Any future announcement for a contract from this information will be for Multidiscipline Design or other Professional Services required to support Military Construction Projects within the Southwestern Region (prim arily for the Fort Worth District), in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. The Southwestern Region refers to the geographic area encompassed by following states  AR, AZ, CA, LA, NM, NV, OK, and TX. Government is seek ing qualified, experienced sources capable of performing multidiscipline design, engineering, and construction support services to military projects within, but not limited to, the Southwestern Region (primarily the Fort Worth District). a. The general o ver all scope of work of this acquisition will include research, analysis, development, design, program management, professional services, pre-design site-assessment, feasibility and concept studies, space planning and programming, design and design concep ts/standards, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, and construction administration. Additional services include but are not limited to: topographic surveys, soil borings, consu ltations, construction cost estimates, construction inspection, preparation of record drawings, soils engineering, drawing reviews, preparation of operation and maintenance manuals, and environmental studies. The contractor is also required to have expert ise and knowledge of the design of Anti-Terrorism/Force Protection (ATFP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. (This list is not all inclusive). In th e event of an award of a contract and a task order is issued to develop design-build supporting documents for use in a two-phase design-build selection (FAR 36.302), the prime A-E and Sub-consultants shall be prohibited from teaming with design-build firms to complete the final design-build construction solicitation in accordance with FAR 9.505-2. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all services, mat erials, supplies and supervision required to fully complete each task order. c. Program Intent: The execution of the work under the Military Construction will be accomplished using a Land Development model for the infrastructure and a Center of Standardiz ation Concept (CoS) for the facilities. To accomplish the site and infrastructure work, the service of a firm experienced in site design and Land Development E ngineering (LDE) will be required. The use of the terms A-E firm and LDE will be synonymous throughout this announcement. LDE will become a significant part of the governments Military Construction Program delivery team. Task Orders issued under any re sultant contract will encompass all aspects of site development, site design and the site integration of all infrastructure, utilities and facilities. A-E firm must be able to provide design support and consultant services in various combinations of archit ectural, structural, civil, mechanical and electrical disciplines. Construction management services are required for the renovation, repair, maintenance of residential, commercial, and industrial facilities and utility infrastructure. Construction manage ment services includes, but is not limited to, surveillance and inspection during the progress of construction, review material submittals, as-built drawings, manuals, operating instructions, and other such materials required by the construction contract; constructability reviews of design drawings and specifications. Additional Program Information: The CoS concept will be used for the construction of barracks, dinning facilities, company operation facilities, headquarters buildings, vehicle maintenance s hops, unit and ammunition storage facilities, aviation facilities, and equipment parking areas and other features of the program. Under the CoS concept, Districts within the Corps of Engineers will be assigned one or two facility types and will be respons ible for awarding Design-Build IDIQ contracts for their assigned type of facility. When there is a requirement for the particular Districts facility, the team will scope, negotiate, and award a construction task order to acquire the required facilities. The design district CoS team will assist with the administration of the task order to include design reviews, submittals and modifications. The design/build contractor for each facility will be responsible for maintaining current documents and incorporat ing into future task orders changes in military criteria as well as, modification and clarification identified in ongoing task orders. The CoS team will be responsible for keeping up with the current standards and criteria for their facility type(s). Th e LDE will integrate and coordinate all infrastructure and CoS facilities for each site. The A-E staff directly supporting the USACE Program Manager, the Project Managers, and the associated construction office team through project integration and constru ction management duties shall be located where the work is being accomplished. Much of the work will be at Fort Bliss, Texas, and White Sands Missile Range, NM. Anticipated projects are primarily site design, site development, site/project integration, a nd management and oversight of the Military Construction Program executed within Southwestern Region (Primarily for the Fort Worth District). Site/project integration refers to the coordination, phasing and scheduling of all temporary and permanent feature s and facilities on site. Typical work may include, but is not limited to the preparation of plans, specifications, and costs estimates, development of cost estimating, cost management, quality control and quality assurance plans, construction management, oversight inspection, overall Project Management, completion of technical, economic, planning, and environmental studies and reports, development of planning and programming documentation, environmental studies/surveys and abatement design services, susta inable design solutions to meet a minimum LEED Silver Rating to support the MILCON program. Projects may comprise site improvements and demolition and alterations of existing facilities, road ways and streets, paving, pedestrian circulation and tank trail s, military airfield pavements, and bases utility infrastructures (water, sewer, underground power, gas sanitary sewer, offsite water supply, water distribution lines, electrical substations, exterior lighting with distribution, communication/information systems, and aircraft fuel distribution and storage systems. Coordination of vertical building construction projects associated with military installations inc ludes but is not limited to barracks facilities, Brigade and Battalion headquarters facilities, dining facilities, company operations facilities, tactical equipment maintenance shops, access control points, deployment operations storage, aviation maintenan ce facilities, arms rooms, oil storage buildings, hazardous material storage facilities, dispatch facilities, wash platforms, covered storage sheds, airfield aprons and runways, aviation unit operations buildings, aircraft maintenance hangar, aboveground f uel storage, avionics maintenance facilities and other buildings as required. Coordination with community facilities may include but is not limited to medical facilities, fire stations, and facilities for the Army and Air Force Exchange Service (AAFES and the Army Morale Welfare and Recreational (MWR) Activity. Design, coordination and master planning may include landscaping, architectural impacts, electronic communications, environmental or EPA regulatory considerations including storm water pollution pr evention plans and Section 404 Permit considerations. The A-E shall coordinate NEPA requirements, and other environmental studies/investigations/surveys including wetlands/waters of the U.S., topographic and/or boundary surveys. Design efforts include st reets and roadways, airfield aprons, paving, tank trails, grading and drainage, lighting, parking lots, utilities and pedestrian circulation trails. Services will include work related to the master plan, area development plans, area development guides, ph asing plans, infrastructure engineering, maintenance of the Geographic Information System (GIS) database, completion of topographic and/or boundary surveys, completion of subsurface geotechnical investigations/testing, maintenance of a secure webpage to be utilized for document control, as-built surveys of existing and new improvements, storm drainage improvements and retention pond design, erosion control and storm water improvements, lot/block horizontal control plans with phasing, mobilization plans, and lay-down areas, composite improvement plans, and outlook and economic analysis of local and regional construction market conditions as related to cost and availability of labor, materials and equipment. Design solutions shall meet sustainable LEED Silver rating, construction specifications, technical analysis of the submittals on design build proposals. Coordination will be maintained with local, state, and Federal agencies and with the privatized utility providers, including utility tie in points, easeme nts and rights-of-way. Coordination will also be maintained with the installation, the Corps of Engineers, utility providers, community facilities, the Construction Program Office, Project Manager Forward, construction design-build contractors, and other design-bid-build contractors on site. The A-E, as the Land Development Engineer (LDE), may be required to provide professional services at the construction program office in support of the Corps of Engineers staff. The A-E shall participate in design an d construction activities which may include value engineering services, contractor submittal reviews, quality assurance, numerous meetings, workshops, and charrettes. The A-E may compose and lead command, project and public briefings, presentations, and m eetings. All work must be done by or under the direct supervision of licensed professional Engineers or architects. Architectural-Engineering (A-E) services are required to perform studies, investigations, surveys, master planning, project controls, sit e development, site design, site integration, construction management and development of construction documents in support of the Military Construction Program. In some cases, the on-site LDE staff will be housed in government furnished office space. The physical location of the design team and those team members not directly supporting the on-site work can be located per the A-Es preference. For all task order s, the AE Contractor(s) will be required to provide monthly progress reports, stating (as a minimum) work completed, work anticipated, and problems encountered. In progress reviews and briefings will be required in each task order. Disciplines needed inc lude all AE disciplines required to comply with the above requirements such as, (this list is NOT all inclusive), registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural enginee r, certified environmental survey/design personnel. It is anticipated that multiple projects may be awarded simultaneously to the selected firm(s). AE shall demonstrate adequate team capacity to coordinate, design and manage multiple task orders concurre ntly to meet required milestones. The Government anticipates the majority of the task orders to range from $25,000.00 to $3,000,000. However, there may be some task orders for less and some for more than stated above. The Government is requesting that memb ers of the Small Business Community interested furnish the following information:(1) Company name, address, point of contact, telephone number, and email address.(2) Type of Small Business Community member (Small Business (SB), Section 8(a), Historically U nderutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) under the North American Industry Classification System (NAICS) code 541330 which contains a size standard of $4,500,000.00.(3) Provide a general statement of your capabilities and demonstrate the capacity to perform the work.(4) Demonstrate specialized experience and technical competence in the design of Government facilities over $5 million and demonstrate a min imum of three examples within the past 5 years. Include name, address, telephone number, and email address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement.(5) A-Es are required to demonstrate the capability to complete design documents, and cost estimates. (6) AE firms, including joint ventures, will be required to show that they can perform all aspects of design, either by their in-house capabilities or through their subcontractors capabilities. THIS NOTICE FOR INFORMATION ONLY (NO SF330 FORM IS REQUIRED AT THIS TIME). The information you are submitting are responses to the above six quest ions. ALL TIMELY SUBMITTALS RECEIVED FROM THE SMALL BUSINESS COMMUNITY WILL BE CONSIDERED. Existing and potential Joint-Ventures, Mentor Prot?g?, and teaming arrangements are acceptable and encouraged. For assignment of DUNS number, contact the Dun and Br adstreet office at 1-866-705-5711 or via the Internet at http://www.dnb.com).The DUNS procedures replace the previous ACASS system/procedures.All contractors, to be eligible for award of a Government contract, MUST be registered in CCR prior to submitting the SF330 Form in response to an actual FedBizOpps Announcement. Contractors may register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1.888.227.2423. E-Mail responses to this reques t are preferred and should be sent to: ATTN: Joan LoRe at: joan.lore@usace.army.mil. Or fax responses to 817-886-6403. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL. The due date and time for responses to this announcement is 2:00 pm (Central Time) Ft Worth, TX, on March 04, 2008. Point of Contact is Joan LoRe (817) 886-1086.
 
Web Link
US Army Corps of Engineers, Fort Worth District
(http://ebs.swf.usace.army.mil)
 
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
SN01512862-W 20080222/080220225629 (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.