Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
SOLICITATION NOTICE

C -- Synopsis of Proposed Contract Action for Electronic Security Systems (ESS), Architect Engineer Acquisition - Unrestricted Competition

Notice Date
3/12/2008
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-R-08-0012
 
Response Due
4/11/2008
 
Archive Date
6/10/2008
 
Point of Contact
Richard Mullady, 256- 895-1061
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(richard.j.mullady@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information: Document Type: Synopsis (Unrestricted) Solicitation Number: W912DY-08-R-0012 Classification Code: C  Architect and Engineering Services Set Aside: NA NAICS Code: 541310  Architectural Services < BR> 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Archite ct-Engineering Services are required for investigation, design, and testing of security systems (to include both Electronic Security Systems (ESS) and Physical Security Systems), Fire Alarm Systems (FAS); Supervisory Control and Data Acquisition (SCADA) Sy stems, Heating, Ventilation and Air Conditions (HVAC) Systems; Utility Monitoring and Control Systems (UMCS); Security Engineering and Other Electrical/Mechanical Design/Criteria Development, and Other Automated Control Systems and Miscellaneous Security S tudies. Up to two indefinite delivery, indefinite quantity (IDIQ) contracts may be awarded, each with a base year and three option years. The shared capacity between the two IDIQ contracts will be approximately $1.5M for each contract year. This announc ement is open to all businesses regardless of size. The contracts are anticipated to be awarded within the 4th Quarter of FY08. The North American Industrial Classification System (NAICS) Code is 541310 (Architectural Services), with a small business siz e standard of $4,500,000.00 in average annual revenue. Task orders issued from resultant IDIQ contracts will be Firm Fixed Price task orders or Labor Hour task orders. The wages and benefits of service employees (see FAR 22.10) performing under these cont racts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). If a large business is selected for an award, it mu st comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The U. S. Army Corps of Engineers considers the following goals reasonable and achievable for the performance of the resulta nt contract and will be considered in the negotiations for these contracts: (i) at least 70% of a contractor's intended subcontract amount be placed with small business concerns; (ii) at least 6.2% of a contractor's intended subcontract amount be placed wi th those small business concerns owned and controlled by socially and economically disadvantaged individuals; (iii) at least 7.0% of a contractor's intended subcontract amount be placed with those small business concerns owned and controlled by women; (iv) at least 9.8% of a contractor's intended subcontract amount be placed with those small business concerns owned and controlled by HUBZones; (v) at least 3.0% of a contractor's intended subcontract amount be placed with those small business concerns owned a nd controlled by Veteran-Owned individuals; (vi) at least .9% of a contractor's intended subcontract amount be placed with those small business concerns owned and controlled by Service-Disabled Veterans; (vii) Negotiated percent subcontracted amount with t hose concerns owned and controlled by Historically Black Colleges and Universities/Minority Institutions (HBCU/MI). The plan is not required with this submittal, but will be required with the price proposal of the firms selected for negotiations. 2 . PROJECT INFORMATION: The A-E services required include, but are not limited to: research, investigate and develop design criteria; investigating site conditions; investigating conditions of system inoperability and recommending solutions; preparing des ign packages and criteria documents; reviewing current criteria and designs; participating in factory tests, field tests, and engineering surveys; conducting st ate-of-the-art engineering analyses and other special studies; and providing other engineering functions as described in annexes and referenced documents to be added at the Task Order level. Projects may be located in (CONUS) or outside the continental Un ited States (OCONUS). The requested A-E services must be provided on time, and associated products be of high quality, technically sound, accurate, thorough, and in full compliance with applicable authorities, standards, policies, regulations, procedures, and guidelines to maintain and further the standing of the Electronic Security Center as a Center of Expertise. The dates and places for review meetings will be established by each individual task order. Criteria developed and submitted shall be formatt ed in accordance with UFC 1-300-01 Criteria Format Standard and UFC 1-300-02 Unified Facilities Guide Specifications (UFGS). These can be found at the Whole Building Design Guide web site (http://www.wbdg.org/ccb/). Designs developed and submitted shall comply with the requirements of the task order, CEHNC 1110-1-1 (Design Manual for Architect-Engineers), and UFC 4-020-4 (Electronic Security Systems: Security Engineering) as well as being in accordance with the National Electrical Code (NEC), National Fir e Protection Association (NFPA), and local codes. Specifications shall be in accordance with UFC 1-300-02 and shall use, to the maximum extent possible, the existing UFGS available at the Whole Building Design Guide web site (http://www.wbdg.org/ccb/). Security surveys developed and submitted shall comply with the requirements of the task order and UFC 4-020-4. Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES), Second Generation (MII) vers ion. The Contractor will be required to prepare for each task order an Abbreviated Accident Prevention Plan (AAPP) in accordance with EM 385-1-1. A Quality Assurance Surveillance Plan (QASP) will be included in each task order to define the Governments expectations, how (and how often) deliverables or services will be monitored and evaluated, provide incentives that encourage the contractor to exceed the performance standards and that reduce payment or impose other negative incentives when the outputs/ou tcomes are below the performance standards. In accordance with FAR Part 16.505(a)(8)(ii) and DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Government may direct the Contractor to perform any part or all of the supervision and inspection services for the construction contract. IAW FAR 36.209, the A-E Contractors selected for award will not be allowed award consideration for construction phase of project for design work prepared by its own forces, subsidiaries, or affiliates . 3. SELECTION CRITERIA. The selection criteria for the basic IDIQ contracts are listed below in descending order of importance. Criteria a through d is primary. Criteria e and f are secondary and will only be used as a tie-breaker among technic ally equal firms. Sub-factors under criteria a are equal in importance. Sub-factors under criteria c are listed in descending order of importance. a. Specialized Experience and Technical Competence: The contractor shall provide examples of project s completed within the past four years that demonstrate relevant experience for the following sub-factors 1-14. Demonstrated design experience must include preparation of drawings, project specification, costs estimates, and design analyses and must addre ss knowledge of laws, regulations, and criteria pertaining to Federal Government facilities. Demonstrated experience in site surveys must include preliminary cost estimating and conceptual system design and must address knowledge of laws, regulations, and criteria pertaining to Federal Government facilities. (1) Demonstrate design experience in ESS design and installation support services; (2) Demonstrate desig n experience in physical security system design and installation support services; (3) Demonstrate design experience in FAS design and installation support services; (4) Demonstrate design experience in SCADA system design and installation support services ; (5) Demonstrate design experience in HVAC design and installation support services; (6) Demonstrate experience in conducting ESS site surveys; (7) Demonstrate experience in physical security system site surveys; (8) Demonstrate experience in conducting F AS site surveys; (9) Demonstrate experience in conducting SCADA system site surveys; (10) Demonstrate experience in conducting HVAC site surveys; (11) Demonstrate design experience in design of fiber optics and other communication networks; (12) Demonstrat e design experience in UMCS design and installation support services; (13) Demonstrate experience in conducting UMCS site surveys; and (14) Demonstrate the capability to provide designs on a Computer Aided Design and Drafting (CADD) system. All drawings w ill be created using CADD technology and shall conform to the Tri-Service A/E/C CADD Standards and shall be provided in a format and medium that will permit their loading, storage, and use without modification or additional software on the Huntsville Engin eering and Support Center graphics system which consists of Microstation and DVD-ROM. State the CAD system to be used and demonstrate how it is compatible with the Huntsville Engineering and Support Center system. b. Professional Qualifications: Firms shall identify qualified professional personnel in the following key disciplines: project management (must be an architect or engineer), mechanical engineering, electrical engineering, electronic engineering, civil engineering, structural engineerin g, architectural, cost estimating (the lead architect or engineer in each of the aforementioned key disciplines must be registered to practice in the appropriate professional field). Firms shall also identify qualified professional personnel in the follow ing supporting disciplines: technical editing and writing, fire alarm systems, supervisory control and data acquisition systems, heating ventilating and air conditioning systems, utility monitoring and control systems, security engineering, communications, engineering associated with the technical fields of electronic security systems, fiber optics and other computer related fields. The evaluation of all proposed personnel will consider education, certifications, training, registration, overall and relevan t experience, and tenure with the firm. c. Past Performance: The Past Performance Information Retrieval System (PPIRS) and/or the Contractor Performance Assessment Reporting System (CPARS) will be queried for all prime firms. Performance evaluati ons for any significant subcontractors may also be considered. Any credible, documented information on past performance of the prime firm and any significant subcontractors will be evaluated for projects relevant in size, scope, and similarity to the serv ices being procured under this synopsis with respect to the following sub-factors: (1) Quality of work; (2) Compliance with performance schedules as determined from ACASS and other sources, and (3) Demonstrated ability to comply with the proposed design c ost and a history of designing projects to pre-defined construction cost limitations. The board may consider, but is not required to seek, other information on the past performance outside of PPIRS. d. Capacity. Firms competing shall demonstrate c apacity or an effective organization structure, project team, and quality management plan to accomplish four individual task orders simultaneously in a one year period of time. For proposal preparation, assume the four individual task orders are for the f ollowing type of projects: (1) ESS, ACP Logistical and Technical Support Service Center; (2) Procurement and Installation of Enhanced Security Pedestrian Gates ; (3) Electronic Security System ICIDS II Procurement, Installation, and Repair; and (4) Lightning Protection System Repairs. Further assume the four task orders have a projected combined value of up to $1,500,000.00. e. Small Business Participatio n: The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a pr ime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. f. Volume of DOD Contract Awards: Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equ itable distribution of DOD A-E contracts among qualified firms, including Small Businesses. 4. SUBMISSION REQUIREMENTS: To be eligible for contract award consideration, a firm must be registered in the Department of Defense (DOD) Central Contracto r Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. Interested firms having the capabilities to perform the work described above must submit one (1) original and six (6) hard copies, and one CD of SF 330 Part I and SF 330 Part II for the prime firm and all consultants to Contract Specialist Richard Mullady, at US Army Corps of Engineers, Huntsville, P.O. Box 1600, Huntsville, AL 35807-4301 not later than the response date indicated above. The SF 330 Part I shall not exceed 50 pages (8.5 x 11) using at least 11-pitch font, including no more than five (5) pages for Section H. Each side of a sheet of paper is considered one page. Include the firms DUNS number in the SF 330, Part I, Section H. In Section H, describe the firms overall Design Quality Management Plan (DQMP). In Section H, also indicate the estimated percentage of involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Vendors who intend to download the public announcement and submit a SF330 are requested to contact the Contract Specialist, Richard Mullady at richard.j.mullady@usace.army.mil for informational and planning purposes. 5. POINT OF CONTACT: Richard Mullady, 256-895-1061. Email your questions to US Army Corps of Engineers, Huntsville at richard.j.mullady@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01530873-W 20080314/080312224650 (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.