SOLICITATION NOTICE
C -- Indefinite Delivery Contract for Architect-Engineer (AE) services for the Albuquerque District
- Notice Date
- 10/17/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Albuquerque, US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP-09-R-0002
- Response Due
- 11/17/2008
- Archive Date
- 1/16/2009
- Point of Contact
- Erica Talley, 505 342 3223<br />
- Small Business Set-Aside
- N/A
- Description
- R-1. CONTRACT INFORMATION: Two Indefinite Delivery Contracts will be awarded for Architect - Engineer (A-E) services for a period of one year with options for four additional years each. The contract(s) will be primarily for A-E studies and design activities in support of military and Department of Homeland Security-Customs & Border Protection (DHS-CBP) projects within the Albuquerque District boundaries, which include Southern Colorado, Arizona, New Mexico and Southwest Texas. The Contractor may be required to perform work outside this area. The successful firm(s) may be utilized for complete projects or in support of in-house efforts. Services during construction to include construction inspection, shop drawing review and as-built drawing preparation may be required. These contracts will be procured in accordance with Pl 92-582 (Brooks A-E Act) and FAR Part 36. Work will be negotiated and initiated by issuance of delivery orders, which will not exceed $12,000,000 over the life of each contract. The anticipated award dates are March 2009. This procurement is unrestricted. Where the Government has multiple Indefinite Delivery Contracts for identical services, delivery orders will be issued to the various firms based on similar project experience, expertise, workload, and performance on previous projects, with the intent to equally distribute the work. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be no less than those determined by the Department of Labor under the Service Contract Act. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal is for 70% of the subcontracted dollars to go to small business with the percentage of those dollars distributed as follows: 6.2% to small disadvantaged business, 7.0% to woman owned business, 9.8% to HUB-zone small business, 3.0% veteran-owned small business and 0.9% service disabled veteran owned small business (SDVOSB). To be eligible for contract award, a firm or Joint Venture must be registered in the DOD Central Contractor Registration (CCR). Register via the Internet Site at www.ccr.gov. 2. PROJECT INFORMATION: The work may include any and all types of architectural or engineering studies and reports; preliminary and final designs to include cost estimates, plans and specifications, associated site surveys and mapping; and services during construction for Air Force, DHS-CBP, and other Federal Agencies. Some designs may be developed using the metric system of measurement. 3. SELECTION CRITERIA: See Note 24 of the Fed Biz Ops for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria ( a) through (e) are primary. Criteria (f ) through (h) are secondary and will be used as 'tie-breakers' among technically qualified firms. a. Demonstrated Specialized Experience and Technical Competence in: 1) Preparation of plans and specifications and construction cost estimates for: administrative offices; family housing/dormitory projects; aircraft support facilities; aircraft hangars; vehicle maintenance facilities; building additions/alterations projects; DHS-CBP facilities, and R&D facilities. 2) Planning and Design Charrettes, comprehensive interior design (CID), anti-terrorism force protection, landscape design, site surveys and site development. 3) Design of roads, parking areas, airfield pavements, and utility improvement projects. 4) Preparation of Design/Build Requests for Proposal (RFP). 5) Implementation of a Design Quality Management Plan. 6) The ability to accomplish construction cost estimates utilizing M-II software. 7) The ability to provide AutoCAD Release 2008 and MicroStation Version 8 or later drawing files, and narratives compatible with MS Word format. 8) Performance of formal Value Engineering studies in accordance with standard VE methodology. 9) Sustainable design using the United States Green Building Counsel LEED Rating System. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. 10) DoDs A/E/C CADD Standards. It will be advantageous for firms that are familiar with, and have experience in, Building Information Modeling (BIM). b. Professional Qualifications: Firms must be able to provide registered professionals assigned in the positions for Project Management, Architecture, Structural Engineering, Mechanical Engineering, Electrical Engineering, Civil Engineering, Geotechnical Engineering, Fire Protection Engineering, and an Architect or Engineer Value Engineering team leader who has been formally trained in value engineering methodology. The firm must also be able to provide a Cost Estimator with M-II experience, and a Professional Licensed Surveyor. The Project Manager(s) must have experience managing Air Force and DHS-CBP design projects. The design team must also be familiar with current Air Force and DHS-CBP design criteria. c. Past performance on DOD and other contracts in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. d. Capacity: The firm must demonstrate the capacity to accomplish two concurrent delivery orders. e. Knowledge of the Locality: Firms knowledge of Kirtland, Cannon, Holloman, Luke and Davis-Monthan Air Force Bases as well as the area encompassed by the Albuquerque District boundaries including the US-Mexico border area will be a consideration. f. Location: Physical location of the A-E's and consultants' offices to perform the work, relative to Albuquerque, New Mexico, will be evaluated. g. Volume of DOD contract awards in the last 12 months will be considered as described in Note 24 of the Fed Biz Ops. h. SB and SDB 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, HBCI or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. 4. SUBMISSION REQUIREMENTS: See note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 330 'Architect Engineer Qualifications' for the prime firm and all consultants to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the next business day. Solicitation packages are not provided. The solicitation number is W912PP-09-R-0002. Only data furnished by the responding firm on the SF 330 will be considered in the selection process. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall submit Part II of the SF330 for each branch office and subcontractor office that will have a key role in the proposed contract. Part II is a general statement of the firms' qualifications and should not be tailored for this contract. The SF 330 should specifically address the requirements of this announcement. Responding firms are requested to summarize their Quality Management Plan and identify all relevant computer capabilities in Block H of the SF 330. Firms shall include no more than ten (10) PROJECTS TOTAL in Block F of the SF 330. FIRMS SHALL LIMIT BLOCK H OF THE SF 330 TO NO MORE THAN TEN (10) PAGES. The POC is Linda J Anderson (505) 342-3451 or Erica Talley (505) 342-3223 or Diana Martinez (505) 342-3263. No other general notifications will be made and no further actions will be required from firms under consideration. This is not a Request for Proposal. NUMBERED NOTES 24. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, when requested, and (3) any requested supplemental data to the procurement office shown. Firms having a current Standard Form 254 on file with the procurement office shown are not required to register this form. Firms desiring to register for consideration for future projects administered by the procurement office (subject to specific requirements for individual projects) are encouraged to submit annually, a statement of qualifications and performance data, utilizing Standard Form 254, Architect-Engineer and Related Services Questionnaire. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Selection of firms for negotiation shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: (1) professional capabilities; (2) specialized experience and technical competence, as required; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) any other special qualification required under this announcement by the contracting activity. In addition to the above qualifications, special qualifications in the Department of Defense include the volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms including small and small disadvantaged business firms, and firms that have not had prior Department of Defense contracts.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=99a27dcf04ca789abe232806c2a7a771&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM<br />
- Zip Code: 87109-3435<br />
- Zip Code: 87109-3435<br />
- Record
- SN01693194-W 20081019/081017214538-99a27dcf04ca789abe232806c2a7a771 (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 |