SOLICITATION NOTICE
C -- Indefinite Delivery Contract for A-E Services, Nation-Wide, primarily in support of the Department of Homeland Security and the Southwestern Division, U.S. Army Corps of Engineers.
- Notice Date
- 10/22/2009
- Notice Type
- Presolicitation
- 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
- 76102-0300
- Solicitation Number
- W9126G10R0017
- Response Due
- 11/20/2009
- Archive Date
- 1/19/2010
- Point of Contact
- Robin Prince, 817-886-1045
- E-Mail Address
-
US Army Engineer District, Fort Worth
(robin.g.prince@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Description **This Pre-Solicitation Notices replaces W9126G10R0006** 1. CONTRACT INFORMATION: a. General. This nation-wide A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for 8(a) firms. The contract is anticipated to be awarded about December 2009. It is anticipated that one contract will be awarded from this announcement for an estimated total amount of $10,000,000 and will have a 1-year base period and four 1-year option periods. A Minimum Guarantee amount of $10,000 will apply to the Base Period only. The contract awarded under this announcement will be administered by the Fort Worth District and the Fort Worth District may elect to transfer capacity to other USACE Districts in support of the Department of Homeland Security, as well as military, civil works, and International and Interagency Services (IIS) Customers. b. Contract Award Procedure: Before a 8(a) firm is proposed as a potential contractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. Register via the CRR internet site at http://www.ccr.gov. NO STATE-LEVEL certifications shall be accepted. Failure of a 8(a) firm to be certified by the U.S. Small Business Administration at the time the SF 330 is submitted may result in their elimination as a proposed contractor. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. c. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. d. Place of Performance: Projects are anticipated to be primarily in support of the Department of Homeland Security and the Southwestern Division, U.S. Army Corps of Engineers. However, Task Orders under resultant IDC may be awarded for projects anywhere in the U.S. or its territories or possessions. 2. PROJECT INFORMATION: A-E Services are expected to be required for engineering, design, and related services to potentially include but not limited to any or all of the following: Program Management; Project Management; development of Request for Proposal (RFP) packages; multi-disciplined design support and consultant services; design, drafting, and planning services for new construction and/or renovation, demolition and alterations of existing facilities; construction programming; civil works studies and design; construction cost estimating; topographic or boundary surveys; on site construction oversight; various engineering studies and site investigations; value engineering services; subsurface geotechnical investigation and testing. Environmental studies/surveys and abatement design may also be required. Services also may potentially include, but are not limited to any or all of the following: research analysis; design for construction; alteration and repair of real property; program management; professional services; pre-design site-assessment; feasibility and concept studies; space planning and programming; design and design concepts/standards; value engineering; life cycle costing; and post design-shop drawing review. Additional services include but are not limited to: investigations; surveys and mapping; test and evaluation modeling and simulation studies and analysis (including data collection and verification); consultation; construction cost estimates; construction inspection; preparation of record drawings; soils engineering; drawing reviews; preparation of operational maintenance manuals; environmental studies; National Historic Preservation Act analysis and documentation; historic and cultural resource studies site identification surveys; design review; seismic analysis; design construction cost reconciliation; environmental testing; statement of work review; site survey and evaluation; remediation design; state regulator or EPA compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead, and radon; designing security and communications systems; designing fire protection and life safety systems; and other technical services related to project requirements as specified in individual contract Task Orders. Other Studies and Related Services: The A-E may be required to undertake any reviews, studies or investigations. Other services included such things as planning services, site selection services, relocation services, document processing, testing services, professional experts at hearings, and photographs. Design considerations may include landscaping, architectural hardware, architectural evaluations, electronic and communications systems, force protection, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans and Section 404 Permit considerations. Project deliverables may include engineering studies, environmental surveys (wetlands/waters of the U.S., asbestos, lead based paint, soil, etc.),soil borings/samples for testing, boring logs, CADD produced plans specifications prepared utilizing Specsintact software (government furnished software) using Unified Facilities Guide Specifications, construction cost estimates prepared utilizing MII (government furnished software)(MII cost estimating software will be provided by the Government with data base information purchased by the A-E), and design analysis. All work must be done by or under the direct supervision of licensed professional engineers or architects. 3. 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 and f) are secondary and are used as tie-breakers among technically equal firms. (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330) (1) The selected team must demonstrate recent experience (within the past 5 years) and significant experience in performing work on a wide variety of sites located within the United States, its territories and possessions in a manner that complies with Federal, State, and Local laws and regulations, and within the timeframe required. It is anticipated that multiple task orders may be awarded simultaneously to the selected firms. Firms must document specialized experience and technical competence in the design of Government facilities with over 5 Million dollars construction costs, demonstrating a minimum of three examples within the past 5 years. (2) Firms must demonstrate the capability to design projects incorporating the latest DoD Force Protection/Anti-Terrorism criteria (including any additional service requirements by the Department of Homeland Security), IBC and UFC codes, and LEED certification criteria. (3) Firms must have personnel with at least five 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 Engineering for Facilities, which has replaced MIL-HDBK 1008C. (4) Document specialized experience in the design of Department of Homeland Security Detention and Border Patrol facilities or comparable non-government facilities. (5) A-E firms shall describe partnering experiences. The Fort Worth District and/or other assigned Corps Districts intend to partner these contracts with selected firms, and the A-E may be required to attend partnering meetings to define the Districts expectation, create a positive working relationship, encourage open communications, and identify common goals. (6) A-E firms, including joint ventures, will be required to demonstrate that they can perform all aspects of design, either by in-house or through their subcontractors capability. (7) A-Es are required to demonstrate the ability to complete design documents. (8) Firms must demonstrate experience in evaluating contractors submittals and performing construction surveillance. (9) Firms must demonstrate experience in design and survey for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances. A HTRW survey team member must have demonstrated experience in use of a suitable X-ray fluorescence device during on-site surveys for lead-based paint and have access to same. (10) Firms must demonstrate past designs, which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA) requirements. (11) Firms must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (12) Firms must demonstrate past performance in preparing Request for Proposal (RFP) packages, and design-build solicitations completed in the past five years. (13) Firms must demonstrate the ability to prepare construction cost estimates using the government-furnished program MII. Design team member must demonstrate significant prior experience in the use of MII. (14) Firms must demonstrate prior experience in use of Government-furnished Specsintact software in preparing project specifications. (15) Firms must demonstrate the ability to submit drawings in both AutoCAD and Bently Microstation utilizing current versions. (16) Firms must demonstrate the ability to provide data files on CD-ROM discs, provide drawings in Microstation and AutoCAD and as cal files and create PDF files of specifications, other documents, and satisfy requirements of the Corps electronic advertising process (for more information on Specsintact, MII, electronic advertising process, etc. go to http://www.swf.usace.army.mil/pubdata/EC/eca/index.asp). (17) Firms must demonstrate the capability to provide data in MS XP compatible MS Word, MS Excel, MS-Access, and other file formats addressed in this announcement. The selected firms may be required to upgrade versions of these and other commonly used programs during the duration of the contract at no cost to the Government. (b) Professional Capabilities: This Indefinite Delivery Contracts will require the A-E Contractor (either in-house or through consultant) the following minimum numbers of personnel in the following disciplines: Two Project Managers, three Registered Architects, one Landscape Architect, one Architectural Hardware Specialist, one interior designer, three Registered Electrical Engineers, three Registered Mechanical Engineers, three Registered Professional Civil Engineers, three Registered Structural Engineers, one Qualified Fire Protection Engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: 1) 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 years work experience in fire protection engineering; 2) A registered professional Engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES); or 3) A registered professional 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), one Life Safety Specialist, two certified environmental survey personnel (asbestos, lead-based paint, soil, etc.), two environmental design personnel (asbestos, lead-based paint, soil, etc.), one certified Value Engineer, one experienced MII Cost Engineers, one Registered Surveyor and survey crew, a geologist or soils engineer, and a testing lab (Geotech and Environmental-asbestos, lead-based paint, soil, etc.). None of the required personnel can be dual disciplined (except that the Life Safety Specialist can be one of the required registered Architects if qualified), i.e. a separate employee must be on the Design Team except as noted for each stated requirement above to meet the personnel required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. Resumes for the survey crew, and testing lab are not required. Resumes for the asbestos/lead-based paint survey personnel are required. Repeat Resume Page as needed to provide all required resumes. (c) Capacity: Firms must demonstrate adequate team capacity to perform three task orders concurrently, and the ability to meet unforeseen schedule changes. (d) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, items (e, f, and g) are secondary criteria: (e) Volume of DoD contract awards: In Section H, Part I, SF 330, firms must show their past 12 months DoD contract awards stated in dollars (see details in a subsequent paragraph). Include awards to all branch offices. Do not consider awards to overseas offices for projects outside the United States, its territories, and possessions. Do not consider awards to a subsidiary if the subsidiary is not normally subject to management decisions, bookkeeping, and policies of a holding or parent company. (f) Geographic Proximity: The firms knowledge of various locations throughout the United States, its territories, and possessions. (g) SB and SDB Participation: Firms must show the 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 the estimated effort; the greater the participation, the greater the consideration. Ensure that claimed SDB firms meet the criteria set forth earlier in this announcement. 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: U.S. Army Corps of Engineers, ATTN: Ms. Robin Prince, 819 Taylor Street, Room 2A19, P.O. Box 17300, CESWF-PM-CT, Fort Worth, Texas 76102-0300. (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit one copy of an SF 330 (6/2004 Edition) including Parts I and II as described herein, to the above address not later than 3:00 p.m. (Central Time) on the response date of, 20 November 2009. If the response date is a Saturday, Sunday, or Federal Holiday, the deadline is 3:00 p.m. of the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), 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 an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. 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. (c) Submit only one 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, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. (d) 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 DUNS number, but a DUNS number specifically for the office performing the work. Each branch and/or office and/or joint venture must have their own DUNS number). (e) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or 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. (f) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. (g) In Section G, block 26, along with the name, include the firm and office 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, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (h) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (i) In Section H, Part I, SF 330, firms must show their last 12 months DoD contract awards stated in dollars (see 3(e) above), provide an itemized summary of DoD awards to include Agency Contract Number/Task Order No. DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount 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. 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. (j) In Section H, Part I, SF 330 Generally, describe the firms Design Quality Management Plan (DQMP). A project-specific detailed DQMP 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 twenty-five pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (k) Personal visits to discuss this announcement will not be allowed. (l) 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 Ms. Robin Prince (817) 886-1045, Technical Randy Niebuhr, telephone (817) 886-1482. E-mail any questions to the U.S. Army Corps of Engineers, Fort Worth at: robin.g.prince@usace.army.mil. This is not a request for proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G10R0017/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
- Zip Code: 76102-0300
- Record
- SN01990554-W 20091024/091022235304-0eff504079ee8b1f82cbd56c8c76011d (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 |