Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOLICITATION NOTICE

C -- Two General A-E Services Indefinite Delivery Contracts in support of the Ballistic Missile Defense.

Notice Date
3/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Corps of Engineers, Europe District, Contracting Division, Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-09-R-0013
 
Response Due
4/16/2009
 
Archive Date
6/15/2009
 
Point of Contact
Elaine Gray-Frasure, 611-816-2429<br />
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, hereby solicits for General A-E Services Indefinite Delivery Contracts (IDCs) in support of the Ballistic Missile Defense, to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. Up to two (2) Indefinite Delivery/Indefinite Quantity Contracts (IDIQ) will be negotiated and awarded. Each contract will have a performance period of one (1) base period, plus four (4) option periods of 12 months. The cumulative total of all Task Orders for both the base period and all option periods shall not exceed $40,000,000.00 per contract. All Task Orders will be negotiated and awarded as either Firm Fixed Price (FFP) or Cost Plus Fixed Fee. No one Task Order shall exceed $40,000,000. Task Orders are anticipated that will be restricted to a United States (U.S.) firm or a joint venture between a U.S. firm and host nation firms in accordance with DFARS 252.236-7011. Firms or joint ventures submitting Qualification Statements must clearly demonstrate standing as a U.S. firm, or joint venture between a U.S. host nation firm that satisfies this requirement. The contract(s) are anticipated to be awarded in the 2nd Qtr FY09. For informational purposes, the NAICS code of this requirement is 541330 Engineering Services and the small business size standard of US is $4.5 million in annual average gross revenues for the last three (3) fiscal years. A Request for Price Proposal (RFPP) will be issued to the Top Ranked Firm(s) as determined by the Section Board based upon the Selection Criteria and Interviews. 2. PROJECT LOCATION: Projects may be located within the U.S. Army Corps of Engineers, Europe Districts area of responsibility (AOR), but may also be located anywhere in U.S. European Command or other locations in which U.S. Forces have a mission. 3. SERVICES REQUIRED: Multi-disciplined A-E services are required. The required services will demand extensive knowledge and applicable of host nation design codes and standards. The services that may be required will consist of, but are not limited to: new or rehabilitation designs of tactical and supporting facilities for missile defense systems, missile launch, radar, control buildings, workshops, power plants, communications facilities, administration buildings, and various other facilities; as well as new and rehabilitation road work, utility work, force protection and building systems work; environmental documentation, permits, special studies, and other environmental activities as required by federal and host nation laws and regulations; feasibility studies and other special studies; geotechnical investigations and topographical mapping services; programmatic support services; as-built drawings; engineering and design during construction; master planning; architectural engineering designs; specifications; design-related analyses and studies; and economic analyses and cost estimates for various facilities. 4. SELECTION CRITERIA: The following are the selection criteria in descending order of importance, with criteria E and F having equal importance. Criteria A thru F are primary. A. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: Address the experience and technical knowledge for the proposed team (e.g. the firm and subcontractors) by providing specific examples of relevant projects. Provide relevant- examples of no more than ten (10) projects in Section F. Indicate work completed under current and/or recently completed IDIQs and or other type contracts. Include Contract number(s), Point(s) of Contact, telephone number(s) and email address(es) for each example. The proposed team must possess specialized experience and technical competence within the last five (5) years relevant to the anticipated work described in section 3, REQUIRED SERVICES. The selection will consider experience in the design of critical defense facilities requiring specialized expertise in seismic engineering for essential facilities, electronic security systems, High-Altitude Electromagnetic Pulse (HEMP) shielding, explosive safety and blast effects, Failure Mode Effects Criticality Analysis (FMECA), and Reliability, Availability and Maintainability (RAM) analysis. Services may also require specialized environmental considerations such as highly corrosive coastal environments. Firms must demonstrate experience in sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthful, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the proposed key personnel that demonstrate their experience, knowledge, and training in sustainable design. The A-E shall clearly demonstrate the ability to obtain secret security clearances for required personnel as well as store and process classified material in accordance with Executive Order #12958 and in accordance with DOD 5220.22-M. In addition, the A-E will also be required to demonstrate the ability to comply with the Arms Export Control Act as implemented by the International Traffic in Arms (ITAR) regulations. The A-E shall also have the capability to manage, oversee, and administer security related requirements of any subcontracted A-E services. Firms must be able to provide all electronic media in formats and programs that are 100% compatible with Bentley Systems Micro Station for Windows (latest version) and Microsoft Office products including Word, Excel and PowerPoint (latest versions). Additionally, firms must demonstrate familiarity with Construction Criteria Base (CCB). For firms who team additional credit will be given to submittals that demonstrate a successful history of teaming. Also, for firms who team additional credit will be given to submittals with letters of commitment from team subcontractors. B. PROFESSIONAL QUALIFICATIONS: The proposed team must identify the qualifications of personnel in the following key disciplines: Project Management (Architect or Engineer), Quality Control, Civil Engineering, Geotechnical Engineering, Electrical Engineering, Mechanical Engineering, Environmental Engineering, Architecture, GIS Management/GIS operation, Structural Engineering and Construction Management. The lead Architect or Engineer in each discipline must be registered to practice in the appropriate professional field, where applicable. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the firm for all proposed key personnel. The team must be capable of certifying that all work is in compliance with U.S. and host nation laws and regulations. C. MANAGEMENT PLAN: Section H shall addresses at a minimum, the firms approach to Project Management, organization and lines of supervision and communication, and coordination of disciplines and, if applicable, coordination with subcontractors or consultants and joint venture partners. The data must clearly indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process, and the procedures to ensure high quality products and services within cost limitations and in strict compliance with performance schedules. A comprehensive Organizational Chart must be included in Section D. D. PAST PERFORMANCE: Provide examples of project specific work, including past and/or current IDIQs with the Department of Defense (DoD) and other Government Agencies and/or private industry within the last three (3) years with respect to budget and cost control, quality of work and compliance with performance schedules, as determined by CPARS (ACASS), customer satisfaction and other sources. Provide ALL recent ACASS evaluations (past three (6) years). ACASS numbers shall be included in Part I, Section H, Block 30. Provide no more than five (5) specific examples of cost control and estimating performance on past projects completed within the last three (6) years. Include a Point of Contact with current telephone/fax number(s) and e-mail address(es) for each cost/estimating example in Section H. The evaluation shall also take into account past performance information regarding key personnel who have relevant experience, and or consultants/subcontractors/Joint Ventures that will perform major or critical aspects of the requirement. E. CAPACITY TO ACCOMPLISH WORK: Firms must address and demonstrate the capacity to execute several large Task Orders or multiple small Task Orders simultaneously. The evaluation will also consider the capacity of key personnel available and dedicated to complete routine Task Orders within mandated schedules. Provide no more than five (5) specific examples in Section H, to include the total design value(s) for each large Task Order, small Task Order, and routine Task Order accompanied with the original submittal schedule(s) and the actual completion schedule(s). The information submitted must indicate and support the ability to successfully manage and execute multiple projects of varying dollar magnitudes. The evaluation will consider key personnel identified in Sections D, E and G, as well as other available staff. F.KNOWLEDGE OF LOCALITY: Firms must address and demonstrate the teams familiarity with Europe and provide information related to past and or current projects worked in Europe. More credit will be given to knowledge of locality in Eastern Europe. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit one (1) hard copy of Standard Form 330 to include the prime firm, consultants, subcontractors, and joint ventures to the address below not later than 1600 Central Daylight European Time on the 6th of April 2009. In addition to the hard copy, one (1) electronic version of all data shall be provided on CD-ROM in a format that allows word search. Joint Ventures shall submit the following additional documentation of evidence of a Joint Venture entity: a) A copy and a translation in English, of a legally binding Joint Venture agreement, and b) Identification of the party who can legally bind the Joint Venture. For additional credit, letters of commitment from team members must also be submitted. Submissions received after the closing date will be considered late IAW FAR 15.208. Required forms may be obtained on the Internet at: http://www.gsa.gov/. Forms must be complete and current. The prime A-E, to include all consultants, subcontractors, joint ventures is to submit only one SF 330 Part I Contract Specific Qualifications. Each Branch Office, consultant, subcontractor, Joint Venture, etc., identified as part of the design team must complete a separate Part II General Qualifications. Firms may be rejected for submitting incomplete SF 330s, or for incorrect or missing elements. Part II must show only the office or offices that are intended to have a key role in the contract. Sections E and G of Part I must include only individuals proposed to perform the anticipated work, including all partners or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Section E must clearly show if individuals are full-time employees of the firm, consultants or free-lance. Please note that Section F of SF330 shall include only ten (10) example Projects that best demonstrate the firm's qualifications rather than example Contracts. Do not include promotional brochures, advertisements, and or other extraneous material in the submission. This is not a Request for Proposal. Include the firm's primary point-of-contact, e-mail address, and telephone number in the submittal. NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero cost. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Increased security measures may delay access to the Europe District in the Amelia Earhart Building. Therefore you are advised to provide for early delivery of submittals. Firms are encouraged to personally deliver submittals or use a delivery system that documents the date and time of receipt and recipient. Submittals will not be accepted via e-mail. Firms responding to this announcement are advised to inform one or more of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. It is very important that submittals be properly addressed as follows: a. For United States or Military postal service: Commander U.S. Army Corps of Engineers, Europe District, ATTN: CENAU-CT (Raquel Blankenhorn, Contract Specialist) A-E Announcement W912GB-09-R-0013 CMR 410, Box 7, APO AE 09096 b. For German or International postal service: Commander U.S. Army Corps of Engineers, Europe District, ATTN: CENAU-CT (Raquel Blankenhorn, Contract Specialist) Box 7, A-E Announcement W912GB-09-R-0013, Konrad-Adenauer Ring 39, 65187 Wiesbaden, Germany. POINT OF CONTACT for additional information: Ms. Raquel Blankenhorn, Contract Specialist, Email: raquel.blankenhorn@usace.army.mil,Phone: 011 49 611 9744 2372 (from U.S.); (0)611-9744-2372(within Germany).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd47ba5362bcadbeb55ba3e03d14fd18&tab=core&_cview=1)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE<br />
Zip Code: 09096<br />
 
Record
SN01771567-W 20090319/090317221252-dd47ba5362bcadbeb55ba3e03d14fd18 (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.