Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
MODIFICATION

C -- C-Amendment 1-IDIQ A-E Design Services for Civil Works Projects within the South Pacific Division (SPD)

Notice Date
12/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-R-0012
 
Response Due
1/11/2010
 
Archive Date
3/12/2010
 
Point of Contact
Carol A. Dones, 916 557-7318
 
E-Mail Address
US Army Engineer District, Sacramento
(carol.a.dones@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
AMENDMENT 1: The Pre-Solicitation Notice (Solicitation) posted on 10 December 2009 is amended and hereby replaced in its entirety. The announcement is hereby re-posted in its entirety; and the response date is unchanged and remains January 11, 2010, 4:00 p.m., local time. 1. CONTRACT INFORMATION: A-E services are required to provide the full spectrum of design disciplines on all or portions of Civil Works projects. The primary emphasis of A-E services will focus on Civil Works Projects; however, design services may also include construction phase services (CPS), Military Construction (MILCON) and Hazardous Toxic Radiological Waste (HTRW) projects. This procurement is a partial small business set-aside, which means it is open to small and large business concerns. This procurement will award up to six (6) Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) simultaneously. Two (2) will be set-aside for small business concerns and four (4) will be unrestricted. These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement will be conducted under FSC Code C211; SIC Code 8712; and North American Industrial Classification System Code (NAICS) is 541310. The size standard for this code is $4.5 million. To be considered a Small Business under this NAICS Code, the respondents annual average revenue for the last three fiscal years cannot be more than $4.5 million. The contract will encompass the entire South Pacific Division geographical area which includes the boundaries of CA, NV, AZ, UT, and portions of OR, ID, CO and WY and military boundaries of CA, NV, UT and AZ. Other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuquerque Districts) may utilize any of the six (6) contracts. This work will include all A-E necessary to complete task orders for studies and designs. A specific scope of work will be issued with each task order. Six (6) firms: Four (4) Large Business & Two (2) Small Business Concerns will be selected for award based on demonstrated competence and qualifications for the required work. Large Business contract awards will be for one (1) year base period from the date of award and will contain options to extend four (4) additional one (1) year periods not to exceed $9,900,000 total contract value per each contract. Small Business contract awards will be for one (1) year base period from the date of award and will contain options to extend four (4) additional one (1) year periods not to exceed $5,000,000 total contract value per each contract. The options may be exercised at the discretion of the Government and excess capacity maybe carried over to the next subsequent year. A minimum guarantee of $5,000 will be provided by the Government as legal consideration. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: All awardees will be given a fair opportunity to be considered for each task order award in excess of $3,000. FAR 16.505(b)(2) specifies exceptions to the fair opportunity process. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of this contract, with small and small disadvantaged business. Any subcontracts that are awarded that do not qualify under the Brooks Act shall be subject to the Service Contract Act (see FAR 22.10). If a large business is selected for a contract, it will be required to submit a detailed Small Business Subcontracting Plan with the fee proposal when it is submitted by the firm selected for award. A detailed plan is not required to be submitted with the SF 330, however, the plans to do so should be specified in block H of the SF 330. Sacramento Districts assigned small business targets are 70%. This means that 70% of the subcontracted value must be targeted for small business concerns and their following subsets. The targets for the subsets are assigned as follows: 6.2% is for Small Disadvantaged Business; 7.0% is for Women-Owned small business; 9.8% for HUBZone small business; 3.0% for Veteran-Owned small business; 0.9% (non-ARRA funded) for Service-Disabled Veteran-Owned small business and 3.0% (ARRA funded) for Service-Disabled Veteran-Owned Small business. If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. If a small business is selected, at least 50 percent of the cost of contract performance must be performed by the small business firms selected for award in accordance with FAR 52.219-14 Limitations on Subcontracting. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at https://www.bpn.gov/ccr/default.aspx or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete electronic annual representations and certifications at http://orca.bpn.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation) of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedure s outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000 the USACE will evaluate contractors performance and prepare a performance report using the Architect-Engineer Contract Administration Support System (ACASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using ACASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110-$125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: https://www.cpars.csd.disa.mil/. If the Contractor wishes to participate in the performance evaluation process, access to ACASS and PKI certification is the sole responsibility of the Contractor. The Secretary of the Army Contractor Manpower Reporting (CMR) requirement will be incorporated into this contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. 2. PROJECT INFORMATION: A-E services are required to provide the full spectrum of design disciplines on all or portions of Civil Works projects. The primary emphasis of A-E services will focus on Civil Works Projects; however, design services may also include construction phase services (CPS), Military Construction (MILCON) and HTRW projects. Task orders issued under this contract may range in scope from a small study to a new project design for Civil Works projects. The design services may include design of new facilities and/or modification/improvement of existing facilities. Demolition of existing facilities may require provisions for abatement of asbestos and/or lead based paint removal to be included in the design documents which in turn would require A-E investigation to be done. Civil Works project studies and designs could involve levees, floodwalls, dams, spillways, pumping stations, various mechanical gate structures, stilling basins, hydraulic flow control structures, bridges, buildings, infrastructure (road and utility) systems, operations and maintenance manuals, dam safety risk analyses, and flood damage reduction project/system risk based analysis. Civil Works studies may also include, but not be limited to, the evaluation of flood damage and risk, preparation of engineering analysis, acquisition of geotechnical (explorations), topographic and hydrographic data, material testing results, hydraulic physical modeling results, constructability reviews, economic analysis, environmental documents and environmental restoration to include wetlands development. Input may be required by the full range of disciplines including but not limited to: civil, structural, hydraulic, geotechnical, mechanical and electrical engineering, architectural, landscape architects, hydrology, geology, seismology, surveying, mapping, construction, and cost engineering. Individual task orders may include maintenance and repair type projects and miscellaneous architectural and engineering services associated with Civil Works projects. A smaller emphasis of design services may be for Military Construction and HTRW projects. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD). Work may be performed in an AutoCAD, Microstation, or equal, environment. BIM work may be performed in either REVIT or Bentley BIM. GIS work may be field, desktop or Internet based. Firms may be required to develop Hyper-Text Mark-up Language (HTML) as the project medium. All final text files generated under a task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in accordance with the guidance at http://cbbs.spk.usace.army.mil/a-e_guidance.html and http://cbbs.spk.usace.army.mil/cadd.html. The target platform is a Pentium 3.0 GHz, 512 MB Ram and 40 GH Hard Drive with Windows XP Professional operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in PDF. The specifications will be produced in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or three-dimensional drawings in the AutoCAD software released 2004, or in MicroStation V8.5. The Government will only accept final documents found to be fully operational without conversion or reformatting. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (M-CACES Second Generation MII) (software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contractor. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work will be issued with each task order. 3. EVALUATION CRITERIA: The evaluation criteria are listed below in descending order of importance. Criteria A through D are primary. Criteria E through G are secondary and will only be used as tiebreakers among technically equal firms. A. Specialized Experience and technical competence in: 1. The preparation of studies or designs for a variety of Civil Works projects as described in paragraph 2 above. 2. The ability to conduct geotechnical explorations, material sampling/testing, numerical modeling (hydraulic, hydrologic, structural and geotechnical), hydraulic physical modeling, and risk and uncertainty analysis for flood damage reduction projects and dam safety projects as related to Civil Works projects. 3. Use of automated design systems described above in Paragraph 2 (M-CACES, CADD, SPECSINTACT, BIM and DrChecks). B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedule in relation to Civil Works projects. C. Qualified professional personnel in the following key disciplines: Project Management, architectural, civil, structural, electrical, mechanical, geotechnical, geology, seismology, hydraulic, hydrology, landscape architecture, cost engineering, wetland specialist, topographic surveys, bathymetric surveys, LEED Accredited Professionals, Geographic Information Specialist, CADD operator, environmental specialist, and Certified Industrial Hygienist (CIH). This evaluation factor will also consider education, training, registration, overall relevant experience to civil works projects and longevity with the firm. D. Capacity to accomplish the work within the required timeframe including professional qualifications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time; and capacity to accomplish multiple task orders in multiple locations simultaneously. E. Volume of DoD contract awards in the last 12 months as described below: (1) Use data extracted from the Defense Contract Action Data System (DCADS) compiled from the DD Form 350, Individual Contracting Action Report. DCADS data may be obtained from the central data base identified in DFARS 236.201(c)(1). (2) 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 or an incorporated subsidiary that operates under a firm name different from the parent company. This allows greater competition. F. Location of the firm in the general geographical area of the South Pacific Division offices and within the South Pacific Division geographical boundaries for Civil Design. G. Extent of participation of small business, small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit FOUR (4) completed Architect Engineer Qualifications, Standard Form (SF) 330 (6/2004) which includes Part I-Contract-Specific Qualifications and Part II-General Qualifications for themselves and one for each of their subcontractors. Mail completed SF 330 to the office shown above, ATTN: Contracting, A-E Team. The SF 330 shall not exceed 150 pages, single sided, not counting any dividing page used to identify each SF 330 Section, on 8-1/2x11-inch, with a maximum of 3 oversize pages will be allowed (for organization charts, etc.). In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A generic quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Only responses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Facsimile transmissions and emails will not be accepted. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. This is not a request for proposal. All responsible sources may submit the required SF 330, which shall be considered by the agency. POINTS OF CONTACT ARE AS FOLLOWS: Mr. Stanley Ho; phone number (916) 557-6677; and email address Stanley.Ho@usace.army.mil or Ms. Carol A. Dones; phone number (916) 557-7318; and email address Carol.A.Dones@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-R-0012/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02026663-W 20091219/091217235145-6c5dc0f1a5bf3599fd6fcd9cbb1eeb5e (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.