SOLICITATION NOTICE
C -- One Small Business Indefinite Delivery Indefinite Quantity Contract for Architect-Engineer Services Primarily for the Design of Air Force Reserve and Military Projects within the Great Lakes and Ohio River Division Mission Boundaries
- Notice Date
- 3/18/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-10-R-0030
- Response Due
- 4/20/2010
- Archive Date
- 6/19/2010
- Point of Contact
- Brenna A. Finkbeiner, 502-315-6182
- E-Mail Address
-
USACE District, Louisville
(brenna.a.finkbeiner@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Architect-Engineer Services for one Small Business Indefinite Delivery Indefinite Quantity Contract Primarily for the Design of Air Force Reserve and Military Projects within the Great Lakes and Ohio River Division Mission Boundaries. 1. GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This is a competitive procurement open to only SMALL BUSINESSES. The proposed services, which will be obtained by negotiated Firm Fixed Price contracts, are for a variety of Architect/Engineer services for various military and Air Force Reserve projects primarily within the Great Lakes and Ohio River Division mission boundaries. The Louisville District Air Force Reserve mission is nationwide. Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The maximum cumulative contract value is $3,000,000. The contract period is for five years with no options. The estimated construction cost per project is approximately between $1,000,000 and $15,000,000. The top ranked firm will be awarded the contract. Significant emphasis will be placed on the A/Es quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is June 2010. The subcontracting plan is not required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4.5 million. To be eligible for award, a firm must have a DUNS number and be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide representations and certifications at http://orca.bpn.gov. 2. PROJECT SPECIFIC INFORMATION: Projects may consist of A/E services for horizontal and vertical military and Air Force Reserve Command projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; site investigation of existing conditions; engineering services during construction; design of demolition/deconstruction; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various locations; and comprehensive planning that is related to future construction requirements on military installations. This contract is primarily intended to carry out the design requirements of the Air Force Reserve Command (AFRC) construction program but may be used on any Great Lakes and Ohio River Division mission. The required project task orders under this IDIQ contract may include some or all of the following types of building structures: training centers (which include: administration, education, assembly, storage, special training and other support spaces); vehicle maintenance shops (which include: work bays, administration, special training, storage & support spaces); aircraft maintenance hangers and airfield paving; stand-alone buildings (which include: unheated storage & direct support/general support warehouses); community activity centers (dining facilities); and other Air Force Reserve and military facilities. Associated design effort may include: civil site design and paving; foam concentrate fire protection systems (e.g. high expansion foams, medium expansion foams, etc.); demolition and/or the renovation of existing facilities; environmental compliance; NEPA documentation associated with a design project; controlled waste and flammable storage; asbestos, lead and PCB surveys and/or abatement and utility investigations; energy conservation and the use of recovered materials. Other functions beyond traditional design may include: the development of simplified design approaches, performance of engineering feasibility studies, site assessments, and DD Form 1391 development related to new AFRC projects and project sites; providing construction management services (shop drawing review, site inspection, etc. for Air Force construction projects). Construction cost estimating will be accomplished using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software (software and database is available from the Government for a nominal fee). Specifications must be electronically developed using Unified Facilities Guide Specifications (UFGS), Louisville District Guide Specifications, and Industry Standard Specifications. Specifications shall be developed using SpecsIntact software. All specifications shall be edited using SpecsIntact Automated Specification processing system. Specifications shall be provided to the government in the native SpecsIntact format, Microsoft Word format and Adobe.PDF format (see the individual submittal requirements for which are to be submitted). Electronic drawings will be required for all activities. Firms should have experience in using the CADD software and with using and writing project specifications in the SpecsIntact processing system. AUTOCADD is the primary format but products compatible with the Micro Station platform may also be required. All products must conform to the latest release of Tri-Service A/E/C CADD Standards. For specific projects, the awarded firm may be required to provide resumes or completed SF 330 forms for a certified industrial hygienist and/or a laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP), as part of the design team. The hygienist must be a Certified Industrial Hygienist (CIH) as certified by the American Board of Industrial Hygienist (ABIH). A laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be available for hazardous material testing as needed. The CIH and laboratory will not be evaluated as part of this solicitation, so resumes are not required at this point. The selected firm will be solely responsible for the designs that they produce, and will become the Designer of Record for each individual project within their contract. 3: SELECTION CRITERIA: The specific selection criteria (a through d are primary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Professional Qualifications: Resumes for two designers and one checker in the following fields: architecture; civil; structural (independent of civil); mechanical; and electrical engineering are necessary with at least two in each field professionally registered in the relevant professional field as an engineer or architect. In addition, resumes for two project managers are necessary; they must be registered as an architect or engineer and lead the design teams and act as the primary POC for day to day design issues. A resume for one designer and one checker in the following fields: environmental engineering, geotechnical (soil engineering); and fire protection engineering is necessary with at least one in each field professionally registered in the relevant professional field as an engineer. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) A degree in fire protection engineering from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; OR (c) registration in an engineering discipline related to fire protection engineering. Two resumes for interior designers are required, both must be certified by the National Council of Interior Design Qualifications (NCIDQ), be registered interior designers, or registered architects with at least five years of experience and training in interior design, and per UFC 3-120-10 must not be affiliated with any furniture dealership, vendor or manufacturer. Additionally, at least one professional, qualified by a combination of education, registration, certification, and/or training is required in each of the following fields: registered communication distribution designer (RCDD); cost estimating, landscape architecture, and life safety. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. The individuals identified by project roles may not serve in more than one role. b) Specialized Experience and technical competence in the expected activities identified above, to include experience with: design/build and design/bid/build project design methodologies; projects utilizing sustainable design (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization, development of health, safe and productive work environments; and employing the LEED evaluation and certification methods); anti-terrorism and force protection measures; construction cost estimating using M-CACES (MII); electronic drawing development utilizing a CADD system and design charrettes as evidenced by the resumes of the key personnel assigned to this project. Only resumes identifying the professionalism and specialized experience of key members of the design team are necessary. Other available personnel may be specified in paragraph H of the SF 330. In addition, the following must be addressed in paragraph H of the SF 330; a brief Design Quality Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable); quality control procedures (for plans, specifications, design analysis and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Block H also indicate the estimated percentages involvement of each firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously. d) Past performance on DoD and other contracts to include cost control, quality of the work, and compliance with performance schedules. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on CD of the SF 330, Part I, and one paper copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330, Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. Questions about the Dun & Bradstreet number should be directed to Marilyn Kells (ACASS/CCASS/CPARS Program Analysis Officer) at 503-808-4590. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 2:00 p.m. local time on 20 April 2010. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN:Brenna Finkbeiner, 600 Dr. Martin Luther King, Jr. Pl., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Brenna Finkbeiner at (502) 315-6182. Email: brenna.a.finkbeiner@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0030/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02096178-W 20100320/100318234954-7164b31f87cc8a8fd52b40ead7c98cac (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 |