SOLICITATION NOTICE
C -- Synopsis of Proposed Contract Action for Electronic Security Systems (ESS), Architect Engineer Acquisition - Small Business Restricted Competition
- Notice Date
- 3/17/2008
- 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-08-R-0013
- 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
- Total Small Business
- Description
- General Information: Document Type: Synopsis (Restricted) Solicitation Number: W912DY-08-R-000013 Classification Code: C Architect and Engineering Services Set Aside: NA NAICS Code: 541310 Architectural Services <B R>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. Architect-En gineering 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) Systems , 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 Studie s. 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 announcement is restricted to small businesses. The North American Industrial Classification System (NAICS) Code is 541310 (Architectural Services), with a small business size standard of $4,500,000.00 in average annual revenue. The contracts are anticipated to be aw arded within the 4th Quarter of FY08. 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 contracts 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). NOTE: Offerors are strongly encouraged to read and comply with the provis ions of 13 CFR Sections 124 and 125 regarding Joint Venture proposals. Joint Venture proposals shall include copies of the joint venture agreement which clearly details how that Joint Venture will comply with the requirements of 13 CFR Sections 124 and 12 5 for this particular requirement. 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 inoperabilit y and recommending solutions; preparing design packages and criteria documents; reviewing current criteria and designs; participating in factory tests, field tests, and engineering surveys; conducting state-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 United States (OCONUS). The requested A-E services mus t 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 formatted in accordance with UFC 1-300-01 Criteria Format St andard 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 N ational Electrical Code (NEC), National Fire 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 G uide 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 Sy stem (MCACES), Second Generation (MII) version. 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 ot her negative incentives when the outputs/outcomes 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 technically 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 c ontractor shall provide examples of projects 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 es timates, and design analyses and must address 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 design experience in physical security system design and i nstallation 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 an d 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 FAS site surveys; (9) Demonstrate experience in conduc ting 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) Demonstrate design experience in UMCS design, to include LonWor ks and BACnet based systems, 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 will b e 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 lo ading, storage, and use without modification or additional software on the Huntsville Engineering 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 engineerin g, electrical engineering, electronic engineering, civil engineering, structural engineering, architectural, cost estimating (the lead architect or engineer in each of the aforementioned key disciplines must be registered to practice in the appropriate pro fessional field). Firms shall also identify qualified professional personnel in the following supporting disciplines: technical editing and writing, fire alarm systems, supervisory control and data acquisition systems, heating ventilating and air conditio ning 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 per sonnel will consider education, certifications, training, registration, overall and relevant experience, and tenure with the firm. c. Past Performance: The Past Performance Information Retrieval System (PPIRS) and/or the Contractor Performance Ass essment Reporting System (CPARS) will be queried for all prime firms. Performance evaluations for any significant subcontractors may also be considered. Any credible, documented information on past performance of the prime firm and any significant subcon tractors will be evaluated for projects relevant in size, scope, and similarity to the services being procured under this synopsis with respect to the following sub-factors: (1) Quality of work; (2) Compliance with performance schedules as determined fro m ACASS and other sources, and (3) Demonstrated ability to comply with the proposed design cost 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 capacity or an effective organization structure, project team, and quality management plan to accomplish four individual task orders simultaneously in a one year per iod of time. For proposal preparation, assume the four individual task orders are for the following 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 Participation: 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 prime 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 equitab le 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 Contractor Re gistration (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 35807-4 301 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. Includ e 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 t ransmissions 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 announcem ent 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 A rmy 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
- Zip Code: 35807-4301
- Record
- SN01534300-W 20080319/080317224046 (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 |