Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER (A-E) INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI-DISCIPLINE DESIGN AND CONSTRUCTION SUPPORT SERVICES, PRIMARILY FOR FORT LEWIS WASHINGTON AND ITS SUB-INSTALLATIONS AS WELL AS MCCHORD AIR FORCE BASE, WASHINGTON

Notice Date
3/4/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-09-R-0020
 
Archive Date
4/22/2009
 
Point of Contact
Vilma G Hanson,, Phone: 253-966-4366
 
E-Mail Address
gayle.hanson@us.army.mil
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT THE SF330 DOCUMENTS IS CONTAINED HEREIN. QUESTIONS PERTAINING TO THIS ANNOUNCEMENT SHOULD BE ADDRESSED TO GAYLE HANSON AT VILMA.G.HANSON@USACE.ARMY.MIL. The Seattle District Corps of Engineers has a requirement for an Architect-Engineer Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for Multi-Discipline Design and Construction Support Services, primarily for Fort Lewis, Washington and its Sub-Installations as well as McChord Air Force Base, Washington. This procurement will be evaluated using Brooks Act (PL-92-582) procedures and FAR Part 36. THIS IS AN UNRESTRICTED ACQUISITION OPEN TO ALL QUALIFIED BUSINESS CONCERNS. The scope and purpose of this IDIQ contract will be to provide full multi-discipline and abbreviated design services for renovation, repair and minor construction projects, as well as to provide construction management services, primarily for projects at Fort Lewis and its sub-installations as well as McChord Air Force Base. Individual Task Orders to be assigned under this contract will identify specific requirements. DESCRIPTION: (A) The Architect-Engineer (A-E) shall perform all or part of the following design services, as identified in individual Task Orders: 1. Prosecute the various work features as described hereinafter to the extent set forth in individual Task Orders to be issued hereunder. 2. Utilize Government designs, drawings, specifications, and standards for buildings, structures and other facilities as necessary to meet the requirements of the proposed project. 3. Prepare, subject to the approval of the Contracting Officer, charrettes, preliminary studies, sketches, layout plans, reports and cost estimates of the proposed project. The variety of projects shall include maintenance, repair, alteration and minor construction projects at Fort Lewis and its sub-installations, McChord AFB and projects assigned to Seattle District, USACE. The number of copies of the studies, sketches, plans and reports to be furnished to the Government will be set forth in each individual Task Order. A portion of the designs shall be abbreviated plans and specifications with detailed cost estimates utilizing the Army Job Order Contract (JOC) Computerized Pricing Guide (CPG) WinEst. WinEst is a Windows based RS Means database program designed for IBM PC compatible computers. This CPG system has been selected for use as the cost basis for all work under the JOC and may also be used for negotiated orders under the Fort Lewis Multi Award Task Order Contracts (MATOC). The CPG contains more than 55,000 unit price construction line items for the description of work to be accomplished and for the unit of measure specified. Line item costs will be determined by multiplying the RS Means Bare Costs by the nearest available City Cost Index to localize the bare costs. The localized bare costs are then multiplied by the JOC or MATOC Contractor's coefficient. Cost estimates shall be automated utilizing the latest version of the automated pricing system. Multiple annual databases may be utilized depending on the date estimates are prepared or the terms of the individual JOC and MATOC. Effort may also include supporting government project managers in their negotiations with JOC and MATOC contractors prior to award of construction Task Orders. Designs may also include design-build projects requiring preparation of material takeoffs, bills of materials, and detailed designs. Projects are primarily architectural with related civil, mechanical and electrical work, including some asbestos and lead abatement work. Some examples of projects include: i. Renovation of existing buildings to include demolition, repair or replacement of building systems and components, interior design, and site improvements. Abate any asbestos directly related to the project including any associated landscaping architectural work. ii. Total renovation and restoration of administrative and barracks buildings, new facility construction, additions and renovations to existing facilities, road work, railroad, and bridgework. iii. Repair and construction projects involving HVAC systems and components, lighting, wiring, communications, fire protection and alarm systems, intrusion detection systems, CCTV, vehicle exhaust systems, and irrigation systems. iv. Construction management services to include evaluation of contractor designs, review and recommendation of material submittals, provision of random construction inspection and design of contract modifications beyond the original scope of design services. 4. Obtain the necessary permits, licenses, and approvals from all local, State and Federal authorities as necessary for the performance of the A-E's services. 5. Prepare informal shop drawings, abbreviated design analysis, and estimates incidental to the job for Task Order contracts, in-house construction, or troop construction. 6. Perform limited surveying and geotechnical services. 7. Implement the Fort Lewis Environmental Management System by committing to: i) Comply with all applicable environmental policy, laws, and regulations and The PW EMS which conforms to the criteria defined in the international standard, ISO 14001:2004 Environmental management systems. The installation's environmental policy can be found at www.lewis.army.mil/publicworks, click on Environmental, and then click on PW Environmental Policy. Additional information on the PW EMS can be obtained by contacting the PW EMS; ii) Identify potential sources of pollution and meet or exceed Army goals for prevention of pollution; iii) Assess the effect on the environment of activities, products, and services throughout their life cycles. Set objectives and targets to minimize adverse environmental impacts. Implement and monitor programs to achieve objectives and targets; iv) Actively pursue continual improvement in environmental management. 8. Prepare environmental studies and plans to include field investigations, data collection and analyses, report writing and remedial designs. 9. Incorporate the concept and principles of Leadership in Energy and Environmental Design (LEED) into planning and infrastructure maintenance and repair projects. LEED is defined as the systematic consideration of an activity, product or decision life-cycle impacts on the environment, energy use, natural resources, economy and quality of life. 10. Incorporate the concept and principles of Low Impact Development (LID) into planning and infrastructure construction and repair projects. LID is a comprehensive land planning and engineering design approach with a goal of maintaining and enhancing the pre-development hydrologic regime of urban and developing watersheds. This design approach incorporates strategic planning with micro-management techniques to achieve superior environmental protection, while allowing for development or infrastructure rehabilitation to occur. The goal is to maintain and enhance the pre-development hydrologic regime of urban and developing watersheds. This design approach incorporates strategic planning with micro-management techniques to achieve environmental protection, while allowing for development or infrastructure rehabilitation to occur. 11. Incorporate the concept and principles of Sustainable Design and Development (SDD) into planning and infrastructure maintenance and repair projects. SDD is defined as the systematic consideration of an activity, product or decision life-cycle impacts on the environment, energy use, natural resources, economy and quality of life. (B) The A-E shall perform all or part of the following construction support services as specifically identified in the individual Task Orders: 1. Review, check for adequacy, and provide recommendation for Government approval of construction contractor's material submittals, safety plans, quality control plans, schedules and shop drawings. 2. Review proposals for value engineering and modification changes, and attend pre-construction and in-progress meetings to provide technical recommendations. 3. Prepare drawings, cost estimates, design analysis, sketches and other engineering documents for determining the requirement for use in contract modifications for work that is beyond the original A-E design service. 4. Conduct asbestos and lead inspection surveys in accordance with Federal, State, and local regulations. 5. Provide technical and specialized inspection service, including field visits, to monitor construction work. 6. Assist the Government in conducting the final construction inspections. Prepare list of construction deficiencies to provide to the Government. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Criteria (1) through (5) are PRIMARY criteria and will be evaluated for all firms. The PRIMARY criteria are listed in descending order of importance. Criteria (6) through (8) are SECONDARY criteria and shall only be used as tie-breakers should the application of criteria numbers (1) through (5) result in firms being rated as technically equal. PRIMARY CRITERIA: (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm. Projects that demonstrate experience completing work for a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be rated more favorably for this criterion. Projects that demonstrate experience in incorporating Leadership in Energy and Environmental Design (LEED); concepts and principles of Low Impact Development (LID) and Sustainable Design and Development (SDD) may also be rated more favorably for this criterion. In addition, projects that include experience and demonstrated technical competence in one or more of the following are considered "similar projects" and may be rated more favorably for this criterion: renovation of facilities, remodeling of facilities, minor new construction and work performed on a military installation. (2) PROFESSIONAL QUALIFICATIONS of key personnel to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in Criterion (1), as demonstrated by education and professional registration and/or certification, specific to architectural and engineering disciplines including: civil, structural, electrical, mechanical, environmental, architectural and interior design, sustainable design and cost engineering. Resumes (Standard Form (SF) 330, Section E, Page 3; one Section E shall be completed for each key person identified) must be provided for these disciplines, including proposed consultants. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. Key personnel are defined as lead designers for key disciplines, Project Manager and Quality Control Manager to be assigned to this contract. Key personnel proposed are required to be licensed or certified professionals, as applicable. The evaluation is to consider education, training, registration, overall and relevant experience and longevity with firm. It is expected that the individuals identified as key personnel will be the individuals performing these positions under the resulting contract. Any changes to the proposed key team members after award MUST be approved by the Contracting Officer. Provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the branch office location of each team member. (3) PAST PERFORMANCE of the firm and the project team on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Projects that were performed by key personnel under the proposed team structure may receive a higher rating in the evaluation under this criterion. Past performance ratings for projects completed for a military installation and for projects requiring anti-terrorism/force protection (AT/FP) criteria knowledge may also be rated more favorably for this criterion. Past performance ratings for projects that incorporate Leadership in Energy and Environmental Design (LEED); concepts and principles of Low Impact Development (LID) and Sustainable Design and Development (SDD) may also be rated more favorably for this criterion. In addition, past performance ratings for projects in one or more of the following experience areas may be rated more favorably for this criterion: renovation of facilities, remodeling of facilities, minor new construction and work performed on a military installation. In its evaluation of past performance, the Government will consider information obtained from the Past Performance Information Retrieval System (PPIRS) and any other sources deemed necessary by the Government. (4) CAPACITY of the proposed team to accomplish approximately the work of the required type and the dollar amount stated in this announcement. The evaluation will consider the availability of an adequate number of personnel in key disciplines and the proposed team's ability to complete several multidisciplinary contract Task Orders concurrently. (5) KNOWLEDGE OF THE LOCALITY of the contract as it relates to engineering design, particularly on Fort Lewis and Fort Lewis' sub-installations and McChord Air Force Base. Information provided must demonstrate expertise in geological features, climatic conditions, and/or local construction methods. SECONDARY CRITERIA: (6) EXTENT OF SMALL BUSINESS PARTICIPATION (including Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB), historically black colleges and universities (HBCU/MI), and Service-Disabled Veteran-Owned Small Business (SDVOSB) minority institutions) in the proposed contract team, measured as a percentage of the total estimated effort. (7) GEOGRAPHICAL PROXIMITY to Fort Lewis and its sub-installations. (8) EQUITABLE DISTRIBUTION OF THE WORK. List the total amount (dollar value) of Department of Defense (DoD) contract awards as the prime contractor within the past twelve (12) months. GENERAL INFORMATION: This announcement will result in the award of an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The effective period of the contract shall be a one-year base period with the option to extend for four (4) additional one-year option periods. Work under this IDIQ contract will be issued by firm-fixed-price Task Orders. The contract will have an individual Task Order limit of $500,000 (five-hundred thousand dollars) per Task Order. The maximum value of all work issued under the contract will be limited to $10,000,000 (ten million dollars) over five years. The primary North American Industrial Classification System (NAICS) Code for this procurement is 541330. The small business size standard is $4.5 million annual average gross revenue for the last three fiscal years. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: a. At least 70% of planned subcontracting dollars be placed with Small Businesses (SB). b. At least 6.2 % of planned subcontracting dollars be placed with Small Disadvantaged Business (SDB) concerns or Historically Black Colleges and Universities or Minority Institutions. c. At least 7.0% of planned subcontracting dollars be placed with Women Owned Small Business (WOSB) concerns. d. At least 9.8% of planned subcontracting dollars be placed with HUBZone small business concerns. At least 3.0 % of planned subcontracting dollars be placed with Veteran-Owned Small Business (SDVOSB) concerns. f. At least 0.9% of planned subcontracting dollars be placed with Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Go to http://www.va.gov/osdbu/dbwva/index.asp or http://www.sba.gov/VETS/ for questions concerning the Veterans Business Development program. A subcontracting plan is not required with this submittal. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor's Registration (CCR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log on to Internet web site at http://www.ccr.gov. Qualified firms desiring consideration shall submit one copy of a SF330 including organization chart of key personnel to be assigned to this contract and each subconsultant's current SF330, Part II. Please note that a separate SF330, Part I is not required for each subconsultant. Include the firm's DUNS number in the SF330, Part I, Section H. Submittals should be mailed or delivered to Ms. Gayle Hanson, USACE Seattle District, CECT-NWS-S (Hanson) at 4735 E Marginal Way S, Seattle, Washington 98134-2329. One copy of the submittal package is due not later than 2:00 PM Pacific Standard Time (PST) on 07 April 2009. Submittals received after this date and time will not be considered. No e-mail, telegraphic or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS PROCUREMENT IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESSES.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd7bef44de255e70424f0fba8428181d&tab=core&_cview=1)
 
Place of Performance
Address: Fort Lewis, Dupont, Washington, 98433, United States
Zip Code: 98433
 
Record
SN01761958-W 20090306/090304220836-bd7bef44de255e70424f0fba8428181d (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.