SOLICITATION NOTICE
C -- A&E SERVICES
- Notice Date
- 1/27/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Kandahar, 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR, APO AE, AF 09355
- ZIP Code
- 09355
- Solicitation Number
- W5J9LE-10-R-0018
- Response Due
- 2/12/2010
- Archive Date
- 4/13/2010
- Point of Contact
- Roger A. Nowicki, 540-542-6680
- E-Mail Address
-
USACE District, Kandahar
(roger.a.nowicki@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) MULTI-DISCIPLINED A-E SERVICES IN SUPPORT OF UNITED STATES ARMY CORPS OF ENGINEERS-AFGHANISTAN ENGINEER DIVISION-SOUTH (AES), KANDAHAR, AFGHANISTAN SOLICITATION: W5J9LE-10-R-00xx The MATOC contract(s) for Architect-Engineer services is/are procured in accordance with the Brooks A-E Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and its supplements. Multidiscipline design and other professional services are required to support primarily Afghanistan Engineer District - South (AES), Kandahar, Afghanistan; however these services may be used throughout Afghanistan. The AES operates in the southern and western regions of Afghanistan with support from contractors and US Government personnel located around the world. The North American Industry Classification System (NAICS) Code for this acquisition is: 541330, Engineer Services, which corresponds to SIC Code 8711. The requirement at FAR 52.204-704, Required Central Contractor Registration (CCR) applies. The CCR web site may be accessed at http:/www.ccr.gov. Interested parties must submit an expression of interest in accordance with the instructions in this announcement. Up to three contracts may be awarded from responses to this announcement. The contract(s) will be MATOC consisting of a one-year base period from date of award, with a Government option to extend the contract up to an additional two years in one year increments. The Government is not obligated to exercise the option period. The contract will not exceed a total of three years. The cumulative total for all contracts and all Task Orders for both the base and all option periods shall not exceed $12,000,000.00 total. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP). No one Task Order shall exceed $12,000,000. A minimum guarantee of $25,000 will be applied for the one-year based period of the contracts, only. These contracts will be limited to US and US Joint Venture firms in accordance with DFARS 236.602-70. Non U.S. firms submitting Qualification Statements must demonstrate that they have a teaming arrangement with a U.S. firm that would satisfy this requirement. The anticipated contract will provide for a full range of architectural, engineering, program management, project management and construction management support services in Afghanistan in support of Operation Enduring Freedom. The scope of the projects will include site visits and investigations. The contracts will support the AES design, construction, program management, project management, and construction management mission in Afghanistan. The services to be provided under this acquisition will encompass program management, project management, design, including design-build and full design actions, engineering services (civil, mechanical, electrical, environmental, structural, geotechnical, hydrology, fire protection, etc), architectural services, administrative functions, construction management services, pre-design assessments and feasibility studies, planning charrettes, design charrettes, geotechnical investigations, surveying, space planning and programming, environmental actions, cost and value engineering, life cycle costing, post design shop drawing and submittal review, and construction administration. Additional incidental services include, but are not limited to, design review, peer or independent technical reviews, site surveys and evaluations, quality assurance responsibilities, finance and accounting, budgeting, safety engineering, logistics management, program analysis, scheduling, life support, and property inventory and control. Experience and interaction with various USACE project management information systems, as described in Section B, will be required. Experience with engineering software used by USACE, such as but not limited to Micro Station, AutoCAD, Arc/GIS, Specs Intact and HEC. Projects may include, but will not be limited to base, town and city roads, bridges, police stations, schools, administrative buildings, military buildings, tactical operations centers, military barracks, airfields, helipads, water and wastewater treatment facilities along with their storage and distribution systems, power plants and their distribution systems, courthouses, jails and related law enforcement facilities, army and air force bases. Projects may be for a single facility, the repair/rehabilitation and/or new construction of a single facility and/or a large group of facilities. A Request for Proposal (RFP) will be issued to the Top Ranked Firm(s) as determined by the Section Board based upon the Selection Criteria and Interviews. SELECTION CRITERIA: The following selection criteria (A-F) are in descending order of importance. A.AVAILABILITY AND LOCAL FAMILIARITY: Firms must address and demonstrate familiarity with the AES area of responsibility (AOR) and provide information related to past and or current projects worked in southern and western regions of Afghanistan to include but not limited to the following: 1.Experience performing work in Afghanistan. 2.Experience performing work in Southwest Asia. 3.Number of employees currently working in Afghanistan. 4.Number of employees currently working in Southwest Asia. 5.Dollar volume of work last year and overall/in Southwest Asia /in Afghanistan. B. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: Address the experience and technical knowledge for the proposed team by providing specific examples of relevant projects. Provide relevant-examples of no more than seven projects in Section F. Indicate work completed under current and/or recently completed IDIQs/MATOC 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 years relevant to the anticipated work described in this Announcement. 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). C. 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. D. MANAGEMENT PLAN: Section H shall address 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. E.PAST PERFORMANCE: Provide examples of project specific work, including past and/or current IDIQs/MATOC with the Department of Defense (DoD) and other Government Agencies and/or private industry within the last three 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 years). ACASS numbers shall be included in Part I, Section H, Block 30. Provide no more than five specific examples of cost control and estimating performance on past projects completed within the last three 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. F.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. 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 on or about 12 Feb 2010. Limit your SF 330 along with supporting data to a total package of not more than 75 pages (including cover page and section dividers). Pages in excess of this maximum limit will not be evaluated by the selection board. 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 searching capability. Joint Ventures must clearly identify their intention to form a legal joint venture partnership, but are not required to provide documentation of legal agreements until contract award. 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 firms 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 firms primary point-of-contact, e-mail address, telephone number and facsimile number in the submittal. The AES is not responsible for any delays that result in late receipt of submittals. Increased security measures may delay access to the AES; 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. Postal Service Address: U.S. Army Corps of Engineers (USACE), Afghanistan Engineer District-South (AES) ATTN: AES-Contracting (Roger Nowicki, Contract Specialist)) Announcement: W5J9LE-10-R-0018 APO, AE 09355 POINTS of CONTACT for additional information: a.Contractual Point of Contact: Mr. Roger Nowicki, Contracts Specialist U.S. Army Corps of Engineers (USACE), Afghanistan Engineer District-South (AES) 540-542-6680 Cell# +93-070-639-1283 Email: roger.a.nowicki@usace.army.mil b.Technical Point of Contact (for technical questions/inquires only): Mr. Mark Foster U.S. Army Corps of Engineers (USACE), Afghanistan Engineer District-South (AES) Email: mark.foster@usace.army.mil Phone: 540-542-1520
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/51de061161d78d00a03d1eae325a8e48)
- Place of Performance
- Address: USACE District, Kandahar USACE AES APO AE AF
- Zip Code: 09355
- Zip Code: 09355
- Record
- SN02051490-W 20100129/100127234556-51de061161d78d00a03d1eae325a8e48 (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 |