SOLICITATION NOTICE
C -- Indefinite Delivery Architect-Engineer Services for Architectural Design and Related Projects, Various Locations, Alaska
- Notice Date
- 4/4/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- ZIP Code
- 00000
- Solicitation Number
- W911KB-08-R-0030
- Response Due
- 5/5/2008 4:00:00 PM
- Archive Date
- 5/5/2009
- Description
- PLEASE CONTACT Ms. Clara Sullivan, Contract Specialist, at 907/753-2778 if you have questions regarding this announcement. (1) CONTRACT INFORMATION: This Indefinite Delivery multi-discipline contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Part 36 and the supplements thereto. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all businesses regardless of size. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000 in average annual receipts. To receive award contractors must be registered in the CCR. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. The FY 08 subcontracting goals for this contract are a minimum of 70.0% of the contractor's intended sub-contract amount be placed with small businesses, with 6.2% of that to small disadvantaged businesses, 7.0% to woman-owned small businesses, 9.8% to HUB Zone small businesses, 3.0% to Veteran-owned small businesses, and 0.9% to service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. Anticipate more than one contract, but no more than three contracts may be awarded. Contracts may be awarded concurrently or may be staggered at four (4) to six (6) month intervals. The contract type shall be indefinite delivery, firm fixed price, for $3 million over a base period of three years, with two option years of $1 million each. There is no specific task order limit except the limit of the contract. All responders are advised that this contract may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized (See FAR 52.232-18). This solicitation does not guarantee work to the selected firm. Award of the first contract is anticipated for the first quarter of FY 09. Telephonic interviews will be held with all of the highly qualified firms. The allocation of requirements between all concurrent contracts will be based on a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities, c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance, e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders, h. Understanding of local factors geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Prohibition of designer performing construction (AE-construction); n. Ease of negotiation completion; and o. Available personnel. (2) PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided include: the design of new structures, the renovation of existing structures, studies to include life safety code compliance, interior design, programming studies, landscape architecture, technical reviews (on behalf of the government) of other AE developed products, construction phase services, and development of Design/Build RFPs. Design of utilidors, airfield pavement, and communication systems may be required but are incidental to facility design. AE may be required to provide master planning services such as: facility master planning for various federal customers such as Army and Air Force, Installation and Real Property Master Planning, facility allowance analysis, economic and market analysis, preparation of Installation Design Guides, MILCON DD Form 1391 development and other programming level analysis. The AE and their subcontractors must have experience in cold regions design. The AE may be required to participate in programming, value engineering and design charrettes, and project review conferences. The Government may require that designs be in metric and/or English systems of units. Products shall be produced to Corps of Engineers guidelines and specific formats as set forth by task order. The firm must demonstrate the ability to: Provide drawings in AutoCAD (version as required by the project); use the latest version of M II (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS); provide draft DD Form 1354 for design task orders, Transfer and Acceptance of Military Real Property; provide electronic bid set (EBS) documents; use SPECSINTACT for all projects unless otherwise directed in the task order; have a capability in Building Information Modeling (BIM). Construction support services when required, include: participation in on-site partnering/pre-construction meetings; review construction contractor's submittals for government approval and for information only; participation in site visits and provide inspection reports at critical points of construction; participation in start-up and commissioning of the systems; attending warranty inspections; participation in lessons learned sessions; preparation of operations and maintenance support information manuals. The AE will be required to use the Dr. Check's design review and checking system (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks includes a web browser program, either Internet Explorer (Microsoft) or Navigator (Netscape) versions 4.0 or later; the web site is http://www.buildersnet.org/drchecks/. (3) LOCATION: Primarily various locations in Alaska, but may be utilized outside Alaska on an exception basis. Facilities will generally be located in arctic, subarctic, and cold region environments. (4) SELECTION CRITERIA: The following selection criteria are listed in the descending order of importance. Criteria (A)-(G) below are primary selection criterion. Criteria (H)-(J) below are secondary and will only be used as tie breakers among technically equal firms. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 (Part II) (6/2004) for each subcontractor. (A) Minimum requirements for professional personnel in the following disciplines: (a) 3 registered architects (b) The following required disciplines must include at least one individual with professional registration: mechanical, electrical, fire protection, civil, and structural engineers, (c) The following required disciplines must include at least one individual: landscape architect; cost estimator; environmental engineer (asbestos/HTRW certified); master planner; drafting; interior designer; and specification writer (if specification writer is not a separate discipline, please clearly describe how specifications will be produced) (B) Specialized experience and technical competence in: (a) Design of new facilities in cold regions. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines. (b) Design of facility renovations, (c) Code compliance studies (d) Construction phase services (e) Preparing Design Build RFPs, (f) Interior design (g) Master planning and programming, (h) technical review of products developed by others, (i) Design charrettes (j) Landscaping, (k) Building Information Modeling (BIM). (C) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. (D) Quality control/quality assurance plan: please describe how it will be used to assure a quality product (to include discussion on roles, responsibilities and authorities of the team involved in QC/QA). The quality management plan must address the integration of work products of the entire team that is proposed. (E) Capacity to maintain schedules and accomplish required work on three simultaneous task orders. (F) Knowledge of locality. (G) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles as well as the qualifications of the key personnel that demonstrate their experience and training in sustainable design. Criteria H-J are secondary and will only be used as tie-breakers among technically equal firms: (H) Location of the firm in general geographical area of the projects and availability of AE staff to meet frequently with Corps personnel in the Alaska District Headquarters office in Anchorage, and construction Resident and Area offices in Anchorage and Fairbanks. (I) Volume of DOD contract awards in the last 12 months. (J) Extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H(3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330 describes the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not require d with this submission. Part I and II of the SF 330 must be submitted. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: VISITORS TO ELMENDORF AFB: BE ADVISED THAT DUE TO BASE SECURITY MEASURES, YOU WILL NEED EXTRA TIME TO PROCESS THROUGH THE GATE. You are required to have the following to obtain a base pass: current Anchorage emissions control inspection certificate, driver's license, DOD ID card (if applicable), proof of insurance, Alaska vehicle registration, and Contracting Division point of contact/telephone number. In addition, contractor must submit a request for pass at least 72 hours prior to desired date and time of base entry. For a day pass request, please contact Clara Sullivan, at 907-753-2778 or e-mail request to clara.d.sullivan@usace.army.mil. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=290959b29eacfeb1172e20ff6517ad65&tab=core&_cview=1)
- Record
- SN01547456-W 20080406/080404220254-290959b29eacfeb1172e20ff6517ad65 (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 |