Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2009 FBO #2727
SOLICITATION NOTICE

C -- Multidiscipline Indefinite Delivery Contract (IDC) for Real Property Master Planning and Military Programming Support for any Military Facility within the Southwestern Division (SWD) and the South Pacific Division (SPD)

Notice Date
5/13/2009
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102
 
Solicitation Number
W9126G09R0111
 
Response Due
6/12/2009
 
Archive Date
8/11/2009
 
Point of Contact
Karen R. Smith, 817-886-1058
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The Fort Worth District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for one Multidiscipline Indefinite Delivery Contract (IDC). The IDC is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See Numbered Note 24 for general information on the A-E selection process. A-E services are required for Real Property Master Planning services and Military Programming Support for any military facility within the Southwestern Division (SWD). North American Industrial Classification System code is 541330 which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open to all businesses regardless of size. A Firm Fixed Price (FFP) contract will be negotiated. This acquisition is subject the Vietnam Era Veteran's 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. The IDC will be for a base period of twelve months plus four twelve month option periods. The total amount of the contract over the five-year ordering period may not exceed $12,000,000. The Guaranteed Minimum amount is $5,000 and the Maximum task order amount is $1,000,000. The contract is anticipated to be awarded on or about November 2009. This is considered part of a multiple award along with small business set-aside Solicitation No. W9126G-09-R-0017. The small business IDCs will be awarded first. First consideration will be given to the small businesses on any task orders under $10,000. In the event that SWF is unable to award any set-aside IDCs, the $12 million planned contract capacity will be awarded under this solicitation. Therefore, a contract awarded under this solicitation has a potential capacity of $24 million. The firm selected must be capable of responding to and working on multiple task orders concurrently and must also have the capability of obtaining a secret clearance. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. If a large business firm is selected, the offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 70% to Small Business; 6.2% to Small Disadvantaged Business (SDB); 7% to Women-Owned Small Business (WOSB); 9.8% to HUBZone Small Business (HUBZone); 3.0% to Veteran-Owned Small Business (VOSB); and 0.9% to Service-Disabled Veteran-Owned Small Business (SDVOSB). Written justification must be provided if the minimum small business goals cannot be met. The Small Business Subcontracting Plan will be evaluated in accordance with AFARS 19.7, Appendix DD. The plan is not required with this submittal (SF 330), but will be required with the fee proposal of the firms selected for negotiations. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.cr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: No specific projects are identified at this time. The A-E shall have knowledge and experience in conducting detailed real property master planning and site analyses relative to existing or proposed structures or facilities by taking into account factors such as force protection, utilities, vehicular traffic patterns and parking, pedestrian access and movement, optimal views, prevailing winds, sun angles, slope, soil, hydrology, vegetation, unusual natural or man-made features, historical or archeological sites, and landscaping. Real Property Master Plan task orders will include, but are not limited to, completing all or parts of Real Property Master Plan Digests, Long-Range Component Plan, Installation Design Guidelines, Capital Investment Strategy, Short-Range Component Plan, Comprehensive Infrastructure Plans, and Area Development Plans. The A-E shall have extensive knowledge and experience in the Armys Military Construction (MILCON) Planning and Programming, and apply a broad comprehensive knowledge and expertise in planning, engineering and design in the development of planning and programming documents such as DD Form 1391 and Eng 3086. Military programming task orders will include but are not limited to, conducting Planning Charrettes, life-cycle studies, and completing forms DD 1391 and ENG 3086. The AE shall also have knowledge and experience of spatial concepts and Geographic Information Systems (GIS) operation, and the performance of complex spatial data management and analyses for support of Real Property Master Planning initiatives. Geospatial support will include but are not limited to the collection and geo-referencing of geospatial data, preparing maps and graphics in support of planning efforts, developing, managing, and manipulating digital data bases, developing and executing computer modeling/simulations depicting end-state conditions. 3. SELECTION CRITERIA: See Note 24 for general selection criteria. Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: a - d are primary criteria; items e - g are secondary and are used as tie-breakers among technically equal firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The A-E shall demonstrate expertise in scoping, developing, and completing the following Real Property Master Planning activities and discuss each of the following: Real Property Master Plan Digests; Long-Range Component Plans; Installation Design Guidelines; Capital Investment Strategy; Short-Range Component Plans; Area Development Plans; Comprehensive Infrastructure Plans; and Facility Utilization Studies. The A-E shall demonstrate expertise in Geospatial and economic planning support of master planning efforts. The A-E shall demonstrate expertise in scoping, developing, and completing military programming activities, and discuss each of the following: Planning Charrettes; Form DD 1391; Eng 3086; as well as Army standard real property and planning database systems including Installation Real Property Planning and Analysis System (RPLANS); Integrated Facilities System (IFS); Army Stationing and Installation Plan (ASIP); Facility Planning System (FPS); Installation Status Report (ISR); and 1391 Processor. (b) PROFESSIONAL QUALIFICATIONS: The A-E shall demonstrate that all expertise requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330. The number of key personnel requiring professional licensing is shown in parentheses for the following disciplines: Architect (2), Landscape Architect (2), Structural Engineer (2), Civil Engineer (2), Mechanical Engineer (2), Electrical Engineer (2), Cost Engineer (2), Hydraulic Engineer (1), and Traffic Engineer (1). The number of key personnel requiring certification is shown in parentheses for the following discipline: GIS Systems Specialist (2). Certifications are encouraged but not required for the following disciplines (number of key personnel in parenthesis): Planner (4), PAX Processor Specialist (2), Biologist (1), Archeologist (1), Economist (2), Graphic Illustrator (1), and Hydrologist (1). A resume is required for each person, and if possible show relevant experience within the last five years. (c) PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of the SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. (d) CAPACITY. A proposed management plan shall be presented in Section H which briefly addresses the management approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. Address the firms capacity to perform multiple simultaneous task orders. (e) KNOWLEDGE OF LOCALITY. Knowledge of the locality of the anticipated work including geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits. (f) SUBCONTRACTING. Firms must show extent of participation of SB, SDB, WOSB, VOSB, SDVOSB, HUBZone, and HBCU/MI in the proposed contract team, measured as a percentage of estimated effort. ALL OFFERORS who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: (1) Your goals for subcontracting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. (2) The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror's team. (3) The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. (g) VOLUME OF DOD CONTRACT AWARDS. In Section H, Part I, SF 330, firms must show their last twelve (12) months DOD contract awards stated in dollars. DOD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts; 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: Mrs. Karen Smith, 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 two copies of an SF 330 (6/2004 Edition), to the above address not later than 3:00 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 compiled 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 sub-consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using standard English. 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 each consultant; (b) In Section E, provide brief resumes of the on-staff or sub-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 10 projects including the prime and sub-consultants will be reviewed. Use no more than one page per project; (d) In Section G, block 26, include the firm and 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 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 3g, 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 (This information will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award. 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 20 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) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. 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 - Mrs. Karen Smith (817) 886-1058, Technical - Mrs. Rumanda Young (817) 886-1779. E-mail your questions to US Army Engineer District, Fort Worth at karen.r.smith@usace.army.mil. THIS IS NOT A REQUEST FOR PROPOSAL. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G09R0111/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01815676-F 20090515/090513233025 (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.