SOLICITATION NOTICE
C -- VA - Architect-Engineering Services IDIQ
- Notice Date
- 11/4/2008
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867
- ZIP Code
- 72203-0867
- Solicitation Number
- W9127S-09-R-0002
- Archive Date
- 12/19/2008
- Point of Contact
- Dudley.A.Smith,, Phone: 50132458421063, Shirley Bolden-Bruce,, Phone: 50132458421055
- E-Mail Address
-
Dudley.A.Smith@us.army.mil, Shirley.Bolden-Bruce@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION: 1. CONTRACT INFORMATION: This contract is being procured in accordance with PL 92-582 (Brooks A-E Act) as implemented in FAR Subpart 36.6. Architect - Engineering Services are required for various Veterans Affairs Health Care projects in the State of Texas and Southwestern Division or assigned to the Little Rock District and outside the primary area of responsibility at the Government's discretion. This announcement is open to all businesses regardless of size. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Work will be issued by negotiated firm-fixed-price task orders. This announcement is open to all businesses regardless of size. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Little Rock District Corps of Engineers intends to award up to two indefinite delivery contracts for general engineering services with anticipated award in Fiscal Year 2009. One contract will be awarded on an unrestricted basis using a full and open competition, and one contract may be awarded as a Service Disabled Veteran Owned Small Business set-aside. The contract period for the unrestricted award will be for Five (5) years (one base year and four option periods not to exceed one year each) and the Service Disabled Veteran Owned set-a side five (5) years (one base year and four option period not to exceed one year each). (In the event, both awardees are classified as small businesses; both award periods will be for five (5) years.) Option periods may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The NAICS Code for this procurement is 541330 with a small business size standard of $4,500,000 average annual receipts over the last 3 fiscal years. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The subcontracting plan will be required with the final fee proposal, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. The plan is not required with this submittal. At a minimum, the subcontracting goals for the Little Rock District which will be considered in the negotiation of this acquisition are: 51.2% of the total planned subcontracting dollars for Small Business (SB) concerns and of the Prime Contractor's intended subcontract amount-- 8.8% targeted for Small Disadvantaged Businesses (SDB), 7.3% targeted Women-Owned Small Businesses, 3.1% targeted for HUB Zone Small Businesses, and 1.5% targeted for Service-Disabled Veteran-Owned Small Businesses. 2. PROJECT INFORMATION: A-E services are expected to be required for various Department of Veterans Affair's projects for a Firm Fixed Price contract for engineering, schematic (Charrette) design (10%), concept design (35%), working drawings (65%), final design (100%), construction phase services, and other services. The services will include, but not be limited to, any or all of the following: design, drafting, and planning services for new construction; renovation, RFPs for design-build, demolition and alterations of existing facilities; comprehensive interior design (CID); construction cost estimating will be prepared using the Corps of Engineers Computer Aided Cost Estimating System (M-CACE Second Generation) (software provided by the Government and unit price books for purchase, are available on the internet). Specifications will be produced in Veterans Affairs Master Specs using Uniform Facility Guide Specifications. Design review comments and their responses will be performed on Corps of Engineers Review Management System ProjNet/Dr-Checks; topographic or boundary surveys; various engineering studies and site investigations; subsurface geotechnical investigation and testing; and environmental studies/surveys and abatement design. Construction phase services may include site visits, technical assistance, preparation of operation and maintenance (O&M) manuals, and shop drawing and construction submittal review and approval. All work must be done by or under the direct supervision of licensed professional Architects or Engineers. Anticipated projects may include architectural and engineering design services for new and existing buildings such as multi-floor vertical construction of administrative and health care facilities, mental health facilities, and various support structures, utilities, roads, and parking areas. First Task Order to be awarded is the Relocated Mental health Nursing Unit at the Dallas VAMC. This project is a one-story addition to building #2. The project will provide approximately 30,119 GSF of new functional space consisting of a 14-bed Acute Mental Health Nursing Unit with support services. This addition will form the third floor of an existing addition to Bldg. #2. Elevators (Freight and Passenger) will be provided to access this new addition from the existing floors below. Task order for the design for the remaining 4-6 floors potentially awarded at a later date. 3. SELECTION CRITERIA: 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 only be used as tie-breakers among technically equal firms. a. Specialized Experience and Technical Competence: (1) Demonstrated experience by the prime firm and its consultants in Department of Veterans Affair's facility design and criteria for mental health facilities, medical care facilities, patient areas, clinics, labs, and technical competence: The responding firm must demonstrate experience in health care planning and design. Projects older than five years will not be considered. Similar projects newer than three years will receive higher ratings. (2) Cost Engineers that have completed formal training on M-CACES MII or later software; experience with breakdown formats for estimates; and familiar with preparation of detailed cost estimating procedures and construction schedules. (3) Construction Management Services (CMS) on Department of Veterans Affair's construction projects including Quality Assurance and Construction Oversight Work. For CMS, Contractor(s) will work under the direction of the Local Resident Office Team Leader/Contracting Officer's Representative for the administration of the construction contract. (4) Computer Resources firms must indicate in Section H of the SF 330 the following items: (a) accessibility to and/or familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specification system, the MCACES estimating system, and the Dr CHECKS review management system; (b) demonstrated CADD capability with capacity to produce output files in.DXF or.DWG and.CAL file format. CADD drawings will be required on CDs in AutoCAD Release version 2005 or higher. b. Professional Qualifications: (1) The design team must possess experienced and registered or certified personnel. The A-E shall have the following disciplines and skills: Licensed Project Engineer, Construction Representative, Engineering Technician, Quality Assurance Representative, Construction Engineer, Civil Engineer, Structural Engineer, Architect, Electrical Engineer, Mechanical Engineer, Environmental Engineer, Industrial Hygienist, Geotechnical Engineer, Fire Protection Engineer, Geologist, CADD Specialist, Administrative Assistant, and Scheduler (primavera proficiency required) disciplines and registered professional land surveyors in Texas. Resumes shall not exceed one page. (3) Availability of an adequate number of personnel in key discipline shall be presented to insure that the selected A-E firm can meet the potential of working on multiple tasks. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. c. Past Performance: Past performance on especially (1) Department of Veterans Affair's contracts; (2) Department of Defense medical care contracts (3) and other medical care contracts; (4) multi-story facilities; (5) mental health criteria; with respect to quality of work, cost control, and compliance with performance schedules. Evaluation will be based on established Architect-Engineer Contract Administration Support System (ACASS) ratings and other credible documentation included on the SF 330. Evaluation may prove advantageous for firms with superior performance ACASS evaluation ratings on recently completed projects. d. Capacity to Accomplish the Work in the Required Time: Firms must demonstrate ability of the design team to perform at least two $500,000.00 task orders in a 150-day period. Small firms must demonstrate ability of the design team to perform at least two $150,000.00 task orders in a 150-day period. The evaluation will consider the experience of the firm and any consultants with similar size projects and the availability of an adequate number of personnel in key disciplines. In Section H, Par I, SF 330, prime firms must show their last 12 months of Federal contract awards stated in dollars. e. Knowledge of the Locality: including climate conditions, architectural context, local construction methods and local/state building codes and permit requirements of intended projects. f. Small Business and Small Business Entities Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, Hub zone small businesses, service-disabled veteran owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic Proximity : (If awarded to a Serviced-Disabled Veteran Owned Small Business, within 300 miles of Temple, Texas the central proximity of the requirement). h. Volume of Department of Veterans Affair's and Department of Defense contract awards in the last 12 months: Considerations may include: (1) Equitable distribution of contracts among qualified A-E firms, including minority-owned firms, small business (SB), Service Disable Veteran Owned small business (SDVO) and small disadvantaged business (SDB) participation and firms that have not had prior VA contracts which will only be considered when used as a tie-breaker. (2) ACASS retrievals; and (3) Current workload. 4. SUBMISSION REQUIREMENTS: All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 330 for the design team to the above address. Please clearly indicate the Solicitation Number and POC name on the outside of the package. Proposals must be received by no later than 4:00 PM on the indicated response date. Submittals by facsimile transmission, email, or in an electronic format will not be accepted and will be considered non-responsive. Forms may be obtained through GPO at {202)512-1800 or via the web site at http://www.gsa.gov/forms/zero. ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUI RED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the website at http://www.ccr.gov. The SF 330 must also include the following: a. Section H: prime firm's ACASS # and distance (in terms of POV driving miles) from address of office to perform the work and the Temple, Texas. For ACASS information, call 503-808-4591; b. Section H: include your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. c. Firms with more than one office - (1) Section C: this section should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Section E: each key person's office location; d. Section E: registrations must include the year, discipline and state in which registered; e. Section F: a descriptive project synopsis of major items of work; f. Section F. Indicate fee in terms of thousands of dollars, not percentage of work completed. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. This is a combined synopsis/solicitation for A-E Services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Mailing address to send submissions: US Army Corps of Engineers, Little Rock District, (CESWL-PM), Room 7508, 700 W. Capital Avenue, Little Rock, Arkansas 72201, ATTN: Dudley Smith. Cover letters and unnecessary elaborate brochures, or other presentations beyond those sufficient to present a complete and effective response are not desired. Telegraphic and facsimile submissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Phone calls are discouraged. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=83a317b4ab5b21306408ef536c631bdd&tab=core&_cview=1)
- Place of Performance
- Address: USACE Southwestern Division or assigned to the Little Rock District and outside the primary area of responsibility at the Government's discretion., Texas, United States
- Record
- SN01700332-W 20081106/081104214713-83a317b4ab5b21306408ef536c631bdd (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 |