Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

C -- Architect-Engineer Services - Indefinite Delivery Indefinite QuantityFort Sam Houston, San Antonio, Texas

Notice Date
8/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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-0062
 
Response Due
9/10/2009
 
Archive Date
11/9/2009
 
Point of Contact
Clements Schram, (817)886-1062<br />
 
E-Mail Address
US Army Engineer District, Fort Worth
(clements.c.schram@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. W9126G-09-R-0062 - Indefinite Delivery A-E Contract for Multidisciplinary Services for Fort Sam Houston, Camp Bullis, and Canyon Lake Reservation Center CIndefinite Delivery Architect-Engineer Contract for Multidiscipline Design and Related Services for Installation Support at Fort Sam Houston, Camp Bullis, Canyon Lake Reservation Center, Texas, and on a limited basis within the Southwestern Division (SWD) CONTRACT INFORMATION: The Fort Worth District, U. S. Army Corps of Engineers, requires the services of an architect-engineer firm for one Indefinite Delivery Contract (IDC). This IDC is being procured in accordance with PL-582 (Brooks A-E Act) as implemented in FAR Part 36.6. A firm will be selected for negotiations 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 to support the Corps of Engineers Installation Support at Fort Sam Houston, Camp Bullis, Canyon Lake Reservation Center, Texas and on a limited basis with SWD. for multidisciplinary services for Fort Sam Houston, Camp Bullis, and Canyon Lake Reservation. The North American Industrial Classification System (NAICS) 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 set aside for Small Business. A Firm Fixed Price (FFP) will be negotiated. This acquisition is subject to 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 administered by the Fort Worth District, U.S. Army Corps of Engineers and may be issued up to one year after closing date of announcement. The IDC will have a base of twelve months plus four twelve month option periods. The total amount of the contract over the five year ordering period may not exceed $10,000.000. 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 15 November 2009. Projects outside the primary area of responsibility may be added upon approval of all parties and at the option of the SWF. Task Orders issued against the contract awarded under this announcement may be by or for other government agencies. The firm selected must be capable of responding to and working on multiple task orders concurrently. To be eligible for contract award, a firm must be registered n 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. 2.0 PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of this contract awarded under this announcement will be considered if A-E services are to be utilized. Projects are anticipated to be in support of primarily operations and maintenance and other miscellaneous funded designs. The work may involve design, drafting, planning, studies, site investigations, survey for hazardous, toxic or regulated materials, topographic and/or boundary surveys, on site construction surveillance/ contractor submittal review, and subsurface geotechnical investigations/testing. Design projects are expected to include new construction, communication and data design, maintenance/repair or alterations to existing facilities, utility systems and demolition of existing facilities. Work may also include engineering studies or value engineering services. Design considerations also include historical repairs/ restoration, structural, mechanical, electrical, landscaping, architectural hardware, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans. Project deliverables may include engineering studies, environmental surveys (asbestos, lead based paint, soil, etc.), CADD produced plans, specifications based on UFC guidelines and UFGS, detailed construction cost estimates, design analysis, and weekly status reports. All deliverables are required in hard copy and as electronic files on compact disks. 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, CADD produced plans, specifications prepared utilizing SpecsIntact (Government furnished software). All CAD files used for the creation of the construction documentation plan set will be delivered in AutoCADD (latest version) or MicroStation (latest version) as required and prepared in conformance with the CADD/GIS Technology Center A/E/C CADD Standard Release 3.0 (available at https://tsc.wes.army.mil/products/standards/aec/aecstdweb.asp). The design will be prepared using English system of measurement. Construction cost estimates will be prepared using Means base WINEST Computer Estimating System. Software will be provided by the Government. Building Information Modeling (BIM) software will be utilized during the Design phase and will also be developed for use by the General Contractor and subcontractors during construction. The AE 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. Design considerations may include landscaping, architectural evaluations, hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans, and construction site requirements. The specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications. Responses to design review comments will be provided using Corps of Engineers DR Checks system. All deliverables will be required in hard copy form and electronic files electronic files may be required to be provided on CD-ROM, DVD, or compact disk. (For more information on SpecsIntact, M-CACES, electronic advertising process, etc. go to http://www.swf.usace.army.mil/links/e&c/ec. PROJECT PHASING: To facilitate preparation of the Special Clauses, phasing (order of work) requirements and any requirements to be included on utility outages and changes that affect constructability and operability is to be furnished with the Design Analysis by the A/E. Phasing requirements affecting construction costs shall be itemized and included in the bidding documents. CONSTRUCTION SCHEDULE: The A/E shall provide an estimate of the construction time in calendar days to complete the project. The estimate will be based upon a standard 40-hour workweek, utilizing normal size construction crews of workmen. The evaluation of construction time will consider restrictions such as working hours, security, access, noise level, joint capacity requirements, etc. The potential impact on the schedule of adverse weather will not be considered by the A/E, but will be incorporated into the schedule by the Government. The A/E will incorporate phasing or sequencing requirements based upon user needs and/or design considerations. The estimate of construction time developed shall be supported by a logic diagram (similar to an arrow diagram in NAS) showing the interdependencies of the major features of the project and the duration of each activity. The diagram can be summary in nature with the number of activities included determined by the size and complexity of the project. A narrative description shall be provided which describes the estimating process and consideration as used in developing the construction time. The information required by this paragraph will be included in the Design Analysis. Historic Properties: The Fort Sam Houston military installation contains numerous buildings and building/occupancy types which are either listed on the National Register of Historic Places or are located within the Installations Historic Conservation District and are eligible for inclusion into the National Register. As such, project undertakings on these facilities must be coordinated with the State Historic Preservation Officer (SHPO), the Advisory Council on Historic Preservation (ACHP) or be addressed through the Army Alternate Procedures program (AAP) to identify and mitigate any Adverse Effects the undertaking may have on any historic facility. In some cases, the Installation must also provide the general public with an opportunity to respond and provide comments. It will be the Installations responsibility to initiate any discussions or coordination with the SHPO, ACHP or the general public, however, the A/E may be asked to assist the Government with representation as required. When the Government receives the SHPO/ACHP comments, they will be provided to the A/E in a timely manner and those comments will be considered as part of the design stage that was submitted (i.e., 35%, 65% 95%). In reviewing design submissions, particularly in the early stages, questions may arise that will affect the making of a determination if a projects undertaking will have an adverse effect on a historic property. It is in the Governments and the A/Es best interest that any possible adverse affects issues be addressed early on in the design process so that these issues may be mitigated and lost design time avoided. This may require the A/E to provide a more substantial level of attention to detailing those elements, character defining features or building components that may be affected at an early design stage. The A/E shall coordinate the level of attention required with the Government Project Manager prior to submitting a design submission. 3.0 SELECTION CRITERIA: See Note 24 for general selection criteria. Selection criteria in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a)-(e) are primary criteria; items (f)-(h) are secondary and are used as tie-breakers among technically equal firms): (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. (1) The selected team must demonstrate recent (within the past 5 years)and significant experience in the design of existing facilities and utility infrastructure and renovations, historical repair/ restorations conditions, 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) Firm must demonstrate past designs, which comply with Uniform Federal Accessibility Standards(UFAS) and Americans with Disabilities Act (ADA) requirements (5) Firms must demonstrate experience in evaluating contractors submittals and performing construction surveillance. (6) Firms must demonstrate the ability to prepare specifications based on edited (UFGS), and detailed construction cost estimates based on RS Means. (7) Firms must demonstrate the ability to submit drawings in AutoCad, Bentley Microstation and utilizing their respective BIM features utilizing current versions. (8) Firms must demonstrate the ability to provide data files on CD-ROM discs, and create PDF files of specifications, drawings and other documents. (9) All narrative text, including specifications, shall be furnished in Microsoft Word and Excel for windows XP format. MS-Access capability or a database which can be imported into MS-Access (XP) is also required; the selected firm may be required to upgrade versions of these and other commonly used programs during the duration of the contract. Firms must demonstrate the capability to comply with these requirements. (b) PROFESSIONAL QUALIFICATIONS: The A-E shall demonstrate that all expertise requirements are reflected on key personnel resumes at Section E, Part I, SF 330. Following is a list of key personnel and the minimum number required under this contract. Project Manager (1), Registered Professional Civil Engineer (2), Registered Structural Engineer (2), Registered Architect (2), Landscape Architect ( 1), Architectural Hardware Specialist (1), Interior Designer 1), Registered Electrical Engineer (1), Registered Mechanical Engineer (1), Qualified Fire Protection Engineer (1). (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 year 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), Life Safety Specialist (1), Environmental Survey Personnel (1) (asbestos, mold, lead based paint, soil, etc.), Environmental Design Personnel (1) (asbestos, mold, lead based paint, soil, etc.), Value Engineer (1), Cost Estimator (1), Registered Surveyor (1) and survey crew, and a testing lab (geotech and environmental-asbestos, lead -based paint, soil, etc.). 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. 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). Repeat resume page as needed to provide all required resumes. Firms must demonstrate adequate team capacity to design three task orders concurrently meeting all schedules. (c) PAST PERFORMANCE Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. Demonstrate past performance in preparing DoD, preferably Corps of Engineers design-build solicitations and full designs thru the Corps of Engineers. (Add additional information on past performance here, if any) (d) CAPACITY: A 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, prior relationships of the prime firm and any of their significant consultants on similar projects and a plan for providing on-site staff to installations or other locations within 60-days of receiving a task order. 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 firm's capacity to perform multiple simultaneous task orders. (e) KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity with the Central Texas areas and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. The following, item (f) through (h), are secondary criteria: (f) SUBCONTRACTING: Firms must show 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 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 business 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/minoirty 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) GEOGRAPHIC PROXIMITY: Proximity of firm to Fort Sam Houston, San Antonio, TX. (h) VOLUME OF DOD CONTRACT AWARDS. In Section H, Part I, SF 330, firms must show their last three (3) years contract awards stated in dollars. In block no 10 of the SF 330, include a draft design quality control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you can use to insure that a quality design is produced. 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Fort Worth District, Attn: Clem Schram, 819 Taylor Street, Suite 2A19, 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 (2) 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 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 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 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. Points of Contact: Contracting Clem Schram, (817) 886-1062, or clements.c.schram@usace.army.mil; Technical Cassandra Dobbins (817) 886-1955 or cassandra.l.dobbins@usace.army.mil. THIS IS A REQUEST FOR QUALIFICATIONS ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-09-R-0062/listing.html)
 
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
SN01907320-W 20090813/090812000851-58c5667858ac34d3705aa6547dc12ef9 (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.