Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2008 FBO #2575
SOLICITATION NOTICE

C -- Indefinite Delivery A-E Contract for Multidisciplinary Services for SWF and SWD, U.S. Army Corps of Engineers

Notice Date
12/12/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-09-R-0002
 
Response Due
1/12/2009
 
Archive Date
3/13/2009
 
Point of Contact
Ruby Oringderff, 817-886-1268<br />
 
Small Business Set-Aside
8a Competitive
 
Description
1. CONTRACT INFORMATION: a. General: This proposed contract is for Multidisciplinary Services in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. This proposed contract is for primarily Southwestern Division (SWD) customer boundaries (TX, NM, LA, AR and OK), but can be used on a limited basis nation-wide. The proposed A-E contract shall support various military and civil works projects which are generally within, but not limited to the SWD regional boundaries to allow the flexibility of sharing capacity with other Corps Districts (outside SWD boundaries) and other Federal agencies in unique cases. This flexibility would only be exercised in unique cases (anticipate less than 10%). North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open only to (8a) firms. This acquisition is subject to the Vietnam Era Veterans Readjustment Assistance Act of 1972 and the Veterans Employment Opportunities Act of 1998. Any contractor awarded a contract under this solicitation will be required to submit a current VETS 100 Report. Anticipated contract award will be on or about July 8, 2009. One Indefinite Delivery-Indefinite Quantity (ID/IQ) contract will be awarded from this announcement for a cumulative amount of $10,000,000 with a Minimum Guarantee amount of $5,000.00 for a term not to exceed five years. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The Architect-Engineer (A-E) shall furnish all services, materials, supplies and supervision required to fully complete each task order. The A-E shall be able to provide: a) development of full design-bid-build packages and Request for Proposal (RFP) packages for design-build projects; b) multi-disciplined design support and consultant services; c) construction management services; d) cost estimating, cost control and scheduling, e) design, drafting, and planning services for renovation, demolition and alterations to existing facilities, f) civil works/water resource planning, economic and environmental studies, reports and related services. c. Contract Award Procedure: Before a small disadvantaged business is proposed as a potential subcontractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. NO STATE-LEVEL certifications shall be accepted. Failure of a proposed small disadvantaged business to be certified by the U.S. Small Business Administration at the time the SF 330 is submitted may result in their elimination as a proposed subcontractor. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov d. Place of Performance: Projects are anticipated to be primarily in support of Fort Worth District/Southwestern Division U.S. Army Corps of Engineers. However, Task Orders under resultant ID/IQ contracts may on a limited basis be awarded through other Corps of Engineer Districts, other DOD or other Federal agencies for projects anywhere in the US or its territories. PROJECT INFORMATION: General. No specific projects are identified at this time. As projects are received for execution, use of the contract awarded under this announcement as well as other contracts available to Fort Worth District will be considered for obtaining required services. Plans or other Task Order requirements will be prepared at the Governments option using English or Metric systems of measurement. Construction cost estimates will typically be prepared using Corps of Engineers MII Computer Estimating System. MII software will be provided by the Government with data base information purchased by the A-E. Other cost estimating software may be required for Civil Works projects. Utilization of government-provided Specsintact software using Unified Facilities Guide Specifications may be required on military conventional design-bid-build projects. For military projects utilizing the design-build process, the A-E may be required to access and utilize the online standard design Request for Proposal Model RFP Wizard. Other software requirements include providing MS XP operating system compatible MS Excel spreadsheets, Adobe Acrobat documents, MS Access, MS Word documents and cal files in support of the electronic advertising process. An MS Explorer Web browser is required to utilize the Dr. Checks review comment system. CAD produced plans are required and final deliverables include at the Governments option either Autodesk AutoCAD or Bentley Microstation depending on the requirement of the customer. Design considerations may include landscaping, force protection, communication and data design, architectural evaluations, architectural hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans, Section 404 Permits and construction site requirements. Review comments will be provided to the A-E team and responses to same provided by the A-E team using the proj.net-based Dr Checks system (https://www.projnet.org/projnet/binKornHome/index.cfm). All deliverables will be required in hard copy form and electronic files electronic files may be required to be provided on CD-ROM or DVD. (For more information on Specsintact, MII, electronic advertising process, etc. go to http://www.swf.usace.army.mil/pubdata/EC/eca/index.asp. Project deliverables may include engineering and environmental studies, environmental surveys including habitat, wetlands or regulated materials (asbestos, lead based paint, other materials, etc.), CAD produced plans, specifications based on UFC guidelines and UFGS or other guides, and detailed construction cost estimates, design analysis, and weekly status reports. All work must be done by or under the direct supervision of licensed professional engineers or architects. Work and deliverables may also include engineering studies, environmental studies, reports and recommendations; formulation of facility sustainment programs, CAD produced plans and specifications. All CAD files used for the creation of the construction documentation plan set will be delivered and prepared in conformance with the CADD/GIS Technology Center A/E/C CADD Standard Release 2.0 (available at https://tsc.wes.army.mil/products/standards/aec/aecstdweb.asp). At the Governments option, Building Information Modeling (BIM) software will be utilized during design. The A-E design firm is to use a BIM application certified in the IFC Coordination View (2X2 or better) for Design Development, Design Analysis, Interference Checking, Design Coordination & Review, Specification Coordination, Contract Document Production, Visualization/Renderings, Quantities Take-off/Cost Estimation, Construction Data Management, Modifications, RFIs, and As-builts. The IFCs provide a standard format for BIM to allow sharing of information between domain and discipline software systems. Military Work. Military work may involve but is not limited to design, construction cost estimating, planning, studies, site investigations, survey for hazardous, toxic or regulated materials, topographic and/or boundary surveys, on-site construction surveillance, contractor submittal review, subsurface geotechnical investigations/testing, and Value Engineering studies/evaluations. Projects may include new construction, maintenance/repair or alterations to existing facilities, utility systems and demolition of existing facilities or studies, environmental assessments and related studies/investigations, investigations or feasibility studies. Civil Works Projects. Civil Works efforts may include: a. Engineering Analyses and Design - Hydrologic, Hydraulic, Geotechnical, Groundwater, Civil, Structural, and Cost Estimating; b. Corps of Engineers Civil Works & Water Resource Planning - Plan Formulation, Socio- Economic Impacts, Economic Cost-Benefit Analyses, and Management and execution of feasibility-level planning studies of flood damage reduction, environmental/ecosystem restoration, recreation, water quality, water supply, and erosion control; c. CADD/GIS - CADD and Geographic Information Systems (GIS) services; d. Surveying and Mapping Planimetric, topographic, and photogrammetric, aerial surveys, vertical and horizontal controls, digitally formatted data processing, cross-sections, boundary surveys, construction layout, and G.P.S. surveys; e. Mapping Services - Topographic mapping, and aerial photography to include stereo photogrammetric and LiDAR; f. Environmental Studies - Conduct environmental studies and planning efforts including but not limited to: forestry, biological/ecological analyses, geology, soils, outdoor recreation planning, records searches, oversight of field operations, community relations, public scoping meetings, Work Plans, Health and Site Safety Plans, Sampling and Analysis Plans, detailed project schedules, storm water pollution prevention studies, habitat assessments and mitigation plans; conduct environmental assessments and Environmental Impact Statements in compliance with NEPA and other environmental laws and regulations environmental studies/plans, including Phase I and/or Phase II Environmental Site Assessments, to gain environmental compliance with laws and regulations; support for Corps of Engineers coordination with Federal, State and Local regulatory agencies, and other related deliverables; g. Independent Technical Review - Perform technical review of multi-disciplinary projects/studies performed by others; h. Cultural Resources Studies Site identification surveys, evaluation of site eligibility for the National Register of Historic Places (NRHP) and i. Perform design services to include plans, specifications and cost estimates for Civil Works and work for other government agencies. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a thru f are primary. Criteria g thru i are secondary and will only be used as tie-breakers among technically equal firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330: (1) Firms must demonstrate recent experience (within the past 5 years) and significant experience in the design of existing military facilities and utility infrastructure and renovations, paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, service/command and unique requirements, value engineering and environmental issues. (2) Firms must demonstrate the capability to design projects incorporating the latest DOD Force Protection/Anti-Terrorism criteria, UFC codes, and LEED certification criteria. (3) Firms must have personnel with at least three years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 70 and 101 and UFC 3-600-01, Design: Fire Protection Engineering for Facilities, which has replaced MIL-HDBK 1008C. (4) Firms must demonstrate experience in design and survey required for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances. A HTW survey team member must have demonstrated experience in use of a suitable X-ray fluorescence device during on-site surveys for lead-based paint and have access to same. (5) Firms must demonstrate past designs, which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA) requirements. (6) Firms must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (7) Firms must demonstrate past performance in preparing DOD design-build solicitations. (8) Firms must demonstrate the ability to prepare construction cost estimates using the government-furnished program M-CACES or MII. Design team member must demonstrate significant prior experience in the use of M-CACES or MII. (9) Firms must demonstrate prior experience in use of Government-furnished Specsintact software in preparing project specifications. (10) Firms must demonstrate the ability to submit drawings in AutoCAD, Bentley Microstation and utilizing their respective BIM features utilizing current versions. (11) Firms must demonstrate recent experience (within the past 5 years) and significant experience in Corps of Engineers Civil Works water resources project planning and design. (12) Firms must demonstrate the ability to provide data files on CD-ROM discs, provide drawings in Microstation AND AutoCAD AND as cal files and create PDF files of specifications other documents, and satisfy requirements of the Corps electronic advertising process. (13) Firms must demonstrate the capability to provide data in MS XP compatible MS Word, MS Excel, MS-Access and other file formats addressed in this announcement. The selected firms may be required to upgrade versions of these and other commonly used programs during the duration of the contract at no cost to the Government. (b) PROFESSIONAL CAPABILITIES: This contract will require the A-E (either in-house or through consultants) the following minimum numbers of personnel in the following disciplines: Two Project Managers, three registered professional civil engineers, three registered structural engineers, three registered architects, one landscape architect, one architectural hardware specialist, one interior designer, three registered electrical engineers, three registered mechanical engineers, one qualified fire protection engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: An engineer having a Bachelor of Science or Master of Science Degree In fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years of work experience in fire protection engineering; a registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National council of Examiners for Engineers and Surveys (NCEEES); or a registered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), one life safety specialist, two environmental survey personnel (asbestos, lead based paint, soil, etc.), one registered environmental design personnel (asbestos, lead based paint, soil, etc.), one Certified Value Engineer, one qualified MCACES/MII cost estimator, one registered surveyor and survey crew, and a testing lab (geotechnical and environmental-asbestos, lead-based paint, soil, etc.). The following personnel are required and may be dual disciplined with another requirement: a registered engineer specializing in hydraulics, a Geologist or Soils Engineer (registered engineer), a GIS specialist, a biological scientist and an Archeologist. Except as noted, none of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. The Life Safety Specialist can be dual disciplined. Ensure that resumes are provided for each of the required architects, engineers, and other personnel specifically required (Resumes for the surveying crew are not required. Resumes for the asbestos/lead paint survey personnel are required). Repeat resume page as needed to provide all required resumes. (c) Capacity: Firms must demonstrate adequate team capacity to perform three task orders concurrently and the ability to meet unforeseen schedule changes. (d) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. (e) Knowledge of Locality: Firms must demonstrate familiarity with the core SWD five state area and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. (f) Firm must demonstrate experience in evaluating contractors submittals and performing construction surveillance. The following, items (g) through (i), are secondary criteria: (g) SB and SDB Participation. Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort; the greater the participation, the greater the consideration. Ensure that claimed SDB firms meet the criteria set forth earlier in this announcement. (h) VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms must show their last 12 months DOD contract awards stated in dollars (see details in a subsequent paragraph). (i) In Section H, Part I, SF330, include a brief presentation of internal controls and procedures that firms use to insure that a quality design is produced. (i) Geographic Proximity. Proximity of the team to the core project region defined as Texas and Louisiana. 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: Ms. Ruby Oringderff, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit one copy of an SF 330 (6/2004 Edition) including Parts I & II as described herein, to the above address not later than 2:00 p.m. (Central Time) on the response date indicated above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a completed SF 330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 11 font type using Times New Roman. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART 1 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable and each consultant; (b) In Section E, provide brief resumes of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b; (c) In Section F, a maximum of 15 projects for the total proposed Team shall be provided. Use no more than one page per project; (d) In Section G, block 26, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices and each subcontractor as identified in Part I, Section C) integrates into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities; clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3(h) above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders. Generally, describe the firms overall Design Quality Management Plan (DQMP). A project-specific detailed design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 25 pages for Block H. SF 330, PART II. ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million; (b) In Block No. 4 Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Ms. Ruby Oringderff. (817) 886-1268, Technical - Mr. Wayne McDonald (817) 886-1893. E-mail your questions to US Army Engineer District, Fort Worth at: ruby.j.oringderff@.usace.army.mil. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=206fd83c2c9f0a635202b3c950133ecc&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
Zip Code: 76102-0300<br />
 
Record
SN01718439-W 20081214/081212220148-206fd83c2c9f0a635202b3c950133ecc (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.