Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT PRIMARILY FOR SUPPORT TO THE DEPARTMENT OF DEFENSE EDUCATION ACTIVITY (DoDEA) BOTH CONUS AND OCONUS SITES.

Notice Date
12/19/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Norfolk, US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-09-R-0016
 
Response Due
1/19/2009
 
Archive Date
3/20/2009
 
Point of Contact
Debora Gray, (757) 201-7551<br />
 
Small Business Set-Aside
N/A
 
Description
Multidiscipline Design and/or other Professional Services are being procured in accordance with the Brooks A-E Act (PL-582) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications of the required work. The proposed contracts are required for design and planning support for the Department of Defense Education Activity (DoDEA) which consists of projects primarily, but not limited to, the Continental United States and its Trust Territories, and overseas areas where DoDEA facilities are located. It may also include miscellaneous military projects in support of DoDEA within or assigned to the North Atlantic Division and Norfolk District, U.S. Army Corps of Engineers. Work may include but not be limited to any or all of the following: design, drafting, planning, military construction programming, construction cost estimating, topographic or boundary surveys, on site construction management, various engineering studies, site investigations, value engineering services, subsurface geotechnical investigation, testing, and reports, design services for new construction and/or renovation, demolition, and alterations of existing facilities, environmental studies, testing and reports, and hazardous materials testing, abatement, and design services. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. The intent of this acquisition is to award more than one contract. The proposed contract will be a negotiated firm, fixed-price Indefinite Delivery Indefinite Quantity Contract (IDIQ) which will consist of a 5-year period with a maximum contract amount of $12,000,000 ($12 Million). The contracts shall be issued as Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts, with firm fixed priced labor rates. Each task order issued shall be firm-fixed price (as negotiated). The contract shall be awarded subject to the availability of funds, FAR 52.23 2-18, because the contract shall not be fully funded at the time of award. Funding shall be cited on individual task orders. Each IDIQ contract shall have a guaranteed minimum of $5,000.00. The first contract is anticipated to be awarded in April 2009. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: (1) uniquely specialized experience, (2) performance and quality of deliverables under any current Indefinite Delivery Contracts, (3) current capacity and ability to accomplish the order in the required time, (4) familiarity with design criteria/codes and construction methods used at the locality, and (5) equitable distribution of work among the contractors. Price will not be used as a criterion. This announcement is open to all businesses regardless of size. If a large business firm is selected for this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan for that part of work it intends to subcontract. The subcontracting goals for Norfolk District are as follows: at least 51% of a prime firms intended subcontracted amount be placed with small businesses; at least 9% be placed with small disadvantaged businesses; at least 7.3% be placed with woman-owned small businesses; at least 7% be placed with service-disabled veteran-owned small businesses; at least 3% be placed with a HUB-Zone small businesses. The plan is not required as part of this submittal. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be registered in the database maintained by the U.S. Small Business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the responses are submitted will result in their elimination as a proposed subcontractor. The Service Contract Act will apply to this acquisition. Projects outside the primary area of responsibility may be added upon approval of all parties and at the option of the Norfolk District, U.S. Army Corps of Engineers. To be eligible for contract award, firms must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. 2. PROJECT SPECIFIC INFORMATION: No specific projects are identified at this time and therefore funds are not presently available for the contract. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E Services are to be utilized. Projects are anticipated to be primarily but not limited to DoDEA programs, managed and executed by Norfolk District, which consists of projects primarily, but not limited to, the Continental United States and its Trust Territories or overseas areas where DoDEA Facilities are located. Design projects are expected to include new construction, maintenance/repair or alterations/renovations to existing facilities, and demolition. Work and deliverables may also include feasibility studies, facility assessments, engineering studies, environmental studies, cost analyses, formulation of facility sustainment programs, general investigation and design activities in support of DoDEA or other DoD and regulatory compliance, surveying and mapping, topographic and boundary surveys, geotechnical services, GIS modeling, CADD/BIM produced plans (AutoDesk Suite of Softwares is required), specifications prepared utilizing Specsintact (Government furnished software), construction cost estimates prepared utilizing M-CACES/MII (government furnished), design analysis, weekly status reports, value engineering, submittal and shop drawing review, construction management support, and school standards development and maintenance using BIM. Design considerations may include master planning, landscaping, architectural evaluations, hardware, electronic and communications systems, AT/FP compliance, coordination for ordnance and/or explosives investigations, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans, AHERA asbestos abatement, and construction site requirements. Electronic files are required to be provided on CD or DVD. Materials and sites to be investigated may contain Asbestos, Lead Based Paint, CFC's, PCB's, Radiological Waste, UST's, OE, or any other related HTRW/Environmental Material on potentially contaminated sites. Some work may require attending public meetings, and coordinating with Federal, State, and Local regulatory agencies. For overseas work, coordination and cooperation with the appropriate countries Governmental staff and governing regulations will also be required. 3: SELECTION CRITERIA: The specific selection criteria (a through f are primary and g and h are secondary and are used as tie-breakers among technically equal firms). Selection criteria are shown in descending order of importance. a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Recent (within the last 3 years) and significant experience in the design of facilities for DoDEA (to include those for DDESS, DoDDS-Europe, DoDDS-Pacific), or public school systems (elementary, middle, and high school); (2) recent (within the past 5 years) and significant experience in the design of facilities and infrastructure at military installations, paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, value engineering, and environmental issues; (3) demonstrate the ability to prepare designs and submit drawings and Building Information Models (BIM) in the AutoDesk Suite of softwares utilizing of AutoCAD and REVIT. Firms shall identify what software versions they are currently utilizing and provide a short history of the firms adoption and use of BIM. History should include timeline and projects executed with BIM as well as narrative information. (4) demonstrate the ability to prepare construction cost estimates using Government furnished programs such as M-CACES/MII. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of M-CACES/MII software. Identify specific projects on which M-CACES/MII has been utilized; (5) demonstrate the ability to prepare specifications using Government furnished programs such as Specsintact; (6) demonstrate the ability to provide data files on CD or DVD, create CAL raster files and pointer file of all CAD drawings, create PDF files of specifications and other documents (This includes scanning documents where direct file conversion to.pdf is not possible), access the Internet and submit data by File Transfer Protocol (ftp) utilizing an ftp client. b) Professional Qualifications: Indefinite delivery contracts will require for each A-E contractor (either in-house or through a consultant) as a minimum, the following: Three (3) Registered Architects, One (1) Certified Landscape Architect, One (1) Architectural Hardware Specialist (DHI Certified), One (1) Certified Interior Designer, Two (2) Two registered Electrical Engineers, One (1) Systems Engineer specializing in Communications (RCDD Required), Two (2) Registered Mechanical Engineers, Three (3) Registered Civil Engineers, One (1) Registered Geo-Tech Engineer specializing in geo-technical analysis and reporting, a certified soil boring and testing firm, Two (2) Registered Structural Engineers, One (1) Registered Fire Protection Engineer, One (1) Registered Environmental Engineer, A Certified Environmental Testing Lab, One (1) Certified Value Engineer, Two (2) Certified Cost Estimators or Cost Engineers, One (1) registered Surveyor as well as survey crew personnel, One (1) Qualified Acoustic Consultant. (Qualified means a professional degree with demonstrated experience. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm.) 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. Professional team submitted shall include at least one LEED certified Architect, Landscape Architect, Mechanical Engineer and Civil Engineer. Registration and certification as required by various state and international (as applicable for OCONUS work) laws will be necessary. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Resumes should be provided for each of the personnel listed above. Repeat the resume page as required to provide information on all personnel referenced. The firm must ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. Resumes for the survey crew, drill crew and testing lab are not required. c) Capacity to Complete the Work: Firms must demonstrate adequate team capacity to respond to three task orders concurrently meeting all schedules. Firms must show sufficient capacity to respond on short notice, mobilize qualified personnel, meeting all schedules, and produce quality results under short deadline constraints to complete three task orders concurrently for accepted task orders. Submitting firms should demonstrate experience with similar size contracts and the available capacity of key disciplines. d) Past performance: Demonstrate success in providing cost, schedule, and resource estimates which were within 10% of actual construction contract cost, schedule, and resource allocations observed, providing quality work, and compliance with task order or contract performance schedules. Documentation of this past performance shall be provided in tabular format for easy understanding by the board. Demonstrate past performance in successfully preparing DoDEA and/or DoD Design-Bid-Build and Design-Build type project packages. The evaluation will also consider established ACASS ratings and other credible documentation included in the firms qualification statement; including letters of reference and recommendation. e) Knowledge of Localities: Firms must demonstrate familiarity (primarily, but not limited to) with the geographical districts applicable to the areas and installations on which DoDEA facilities are located and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. Information regarding DoDEA school districts and locations can be located at www.dodea.edu. This site included links to the three major areas. It is understood that this represents a wide range of conditions and locations. Information presented shall demonstrate general understanding with specific experience as applicable. f) Design Quality Control: Include a draft design quality control plan. It should include a brief process diagram of internal controls and procedures that the firm uses to ensure that a quality design is produced. The following items (g through i) are secondary criteria: g) Subcontracting: Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. h) Volume of DoD Contract Awards: Firms (Prime only) must show their last 12 months DoD contract awards stated in dollars. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one paper copy and five electronic copies on CD of the SF 330, Part I, and one paper copy of SF 330, Part II for the prime firm and all consultants, to the US Army Corp of Engineers, Norfolk District, 803 Front Street, Norfolk, VA 23510-1096, ATTN: Debbie Gray not later than 2:00 PM on 19 January 2009. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Indicate in Section C.11 if the prime has worked with the team members within the last five years. Resumes in Section E and Example Projects in Section F shall not exceed one page each. In section E, registrations must include the year, discipline and state of registration. In section E, firms with more than one office must indicate each of the key personnels office location. In Section G.26, include the firm associated with each of the key personnel. Section H shall be 18 pages or less in length. Each printed side of a page will count as one page. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF330, Part I. Please identify the DUNS number of the office performing the work in Block B.5 of the SF330, Part I. DUNS numbers may be obtained by contacting Dun & Bradstreet at 1-877-705-5711, or via the internet at http://www.dnb.com. The DUNS requirements replace the previous ACASS system and procedures. Release of firm status will occur within 10 days after approval of the selection. No other information including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Note 24.This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to ORCA, https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Following an evaluation of the qualifications and performance data submitted, the firm or 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 in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED. This is a combined synopsis/solicitation for commercial items 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3a164bf62861e7402b4f8547e08f6810&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA<br />
Zip Code: 23510-1096<br />
 
Record
SN01722461-W 20081221/081219220202-3a164bf62861e7402b4f8547e08f6810 (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.