Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOLICITATION NOTICE

C -- Utility Monitoring and Control Systems (UMCS)

Notice Date
7/13/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-11-R-0010
 
Response Due
8/15/2011
 
Archive Date
10/14/2011
 
Point of Contact
Donna Lehmann, 256-895-1295
 
E-Mail Address
USACE HNC, Huntsville
(donna.lehmann@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W912DY-11-R-0010 UNRESTRICTED COMPETITION Posted Date: 13 Jul 2011 Response Date: 15 Aug 2011 Classification Code: 541330, Engineering Services Contracting Office Address US Army Corps of Engineers (USACE), Huntsville Center (HNC) CEHNC-CT-B, 4820 University Square, Huntsville AL 35816-1822 1.0 DESCRIPTION OF SERVICES CONTRACT INFORMATION: This acquisition is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The objective of this Architectural-Engineering (A-E) contract is to procure highly specialized services to provide continued technical and design support of the UMCS/ESS programs. In order to accomplish this objective, the Huntsville Center proposes to award an Unrestricted Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). The award will be for one base year and four option years under which firm-fixed price (FFP) task orders (TO) will be negotiated. It is anticipated that one solicitation will be issued resulting in the award of a target of five contracts; however, the Government reserves the right to award more, less or none at all if it is determined to be in the best interest of the Government. The North American Industrial Classification System code is 541330, with small business size standard of $4.5M. The total requirements expected to be awarded under this UMCS/ESS A-E contract is anticipated to equal approximately $35,000,000 over a period of five (5) years. This acquisition is full and open unrestricted competition. In accordance with FAR 36.209, the A-E Contractor and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction design-build contracts or any TO that relates to work awarded under this contract. All work shall be in accordance with (IAW) the most current edition of all applicable codes. However, detailed instructions shall be specified in TO particularly OCONUS work which is generally subject to the requirements of host nations. 2.0 DESCRIPTION OF WORK : UMCS/ESS designs are reviewed and updated constantly to utilize state-of-the-art technology in construction designs, materials, and techniques within Army transformation to conserve resources, and develop standardized and simplified designs for essential facilities. This work primarily encompasses services for investigation, planning, design, and testing of Utility Monitoring and Control Systems (UMCS); Building Automation Systems (BAS); Fire Alarm Systems (FAS); Fire Protection Systems; Supervisory Control and Data Acquisition (SCADA) Systems; Heating, Ventilation and Air Conditioning (HVAC) Systems; Retro-Commissioning of UMCS/BAS and HVAC, telecommunications systems; alternative energy systems; Electronic Security System (ESS); Physical Security Systems; other Automated Control Systems; and Other Electrical/Mechanical systems. Other potential services may include Security Engineering, Design/Criteria Development, and Miscellaneous Studies such as Value Engineering. The effort includes, but is not limited to research; investigating and developing design criteria; investigating site conditions; investigating conditions of system inoperability and recommending solutions; master planning; preparing design packages and criteria documents; reviewing current criteria and designs; participating in factory tests, field tests, and engineering surveys; conducting state-of-the-art engineering analysis and other special studies; computer modeling; and providing other engineering functions as described in annexes and referenced documents to be added to this contract. The services listed above may be required for new facilities and additions, alterations, and upgrades to existing facilities. Sustainable Design Applications. Typically facility designs are prepared to achieve, as a minimum, a silver rating using LEED in accordance with ECB No. 2011-1 High Performance Energy and Sustainability Policy. Periodically it is also necessary to (1) prepare an environmental assessment or prepare a supplement to comply with the requirements of the National Environmental Policy Act (NEPA) and Army Regulation (AR) 200-2; (2) perform Value Engineering studies of facility designs developed by the A-E that have a construction working estimate of $2M or more; (3) prepare statements of work and request for proposal package for solicitation of design-build projects, and/or (4) perform part or all of the supervision and inspection in accordance with FAR Part 16.505(a)(8)(ii) and DFARS clause 252.236-7009, Option for Supervision and Inspection Services. APPLICABLE DOCUMENTS: It is anticipated that most of the efforts will be required to conform to the following documents: (1) most current edition of the Unified Facilities Criteria (UFC) - copy available at www.wbdg.org, (2) Army Regulation 415-16 - copy available at http://www.apd.army.mil/jw2/xmldemo/r415_16/cover.asp., (3) CEHNC 1110-1-1, Design Manual for Architect-Engineers; (4) UFC 3-401-01, UMCS Design and UFC 3-410-02, HVAC Control System Design - copy available at https://eko.usace.army.mil/fa/bas/); (5) UFC 4-020-4, Electronic Security Systems: Security Engineering; (6) National Electrical Code (NEC); (7) National Fire Protection Association (NFPA); and (8) local codes. 3.0 SELECTION CRITERIA: The selection criteria for the basic IDIQ contract are listed below. The primary selection criteria for this acquisition are listed below in descending order of importance. Sub criteria (a) and (b) are of equal importance. Sub criteria (c) is less important than sub criteria (a) and (b). Criteria (1) through (5) are primary. Criteria (6) and (7) are secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. Price will not be used as a criterion. 1. Specialized Experience and Technical Competence: specialized experience and technical competence in which the primary purpose is to provide design and technical support at DoD facilities in the areas of UMCS and ESS. The prime firm and key subcontractors (i.e. any subcontract which equals 10% or more of the prime contract) should have experience working together; the effectiveness of the proposed project team is also a consideration. If a prime firm is using key subcontractors experience to qualify, the prime firm shall submit letters of commitment from those subcontractors and any key personnel. Firms shall provide examples of three to five (3 to 5) projects by either the prime firm or the key subcontractor in sub criteria (a) and (b) demonstrating recent relevant experience designing systems serving multiple buildings (new or existing) that are integrated and report to a central location at DoD facilities or comparable systems (i.e. systems that serving multiple buildings that are integrated and report to a central location). The agency will review only the maximum allowable projects in their order of submission; any projects thereafter will be disregarded. At least one project must address sub criterion (b). Projects will only be considered from the prime or key subcontractor, or from subordinate, parent, or affiliated entities of the prime AE firm that will be used for the proposed contract or that share management with the prime firm. The prime firm must address which portions were completed by each participant. Relevant experience is defined as similar in size, scope and complexity to the services identified herein. Recent experience is experience within the last three (3) years from the date of this announcement. Submitter must address sub-criteria (c) separately. Sub criteria: (a) specialized experience in the investigation, planning, design, and testing of Utility Monitoring and Control Systems (UMCS); Building Automation Systems (BAS); BAS based on LonWorks technology; Fire Alarm Systems (FAS); Fire Protection Systems; Supervisory Control and Data Acquisition (SCADA) Systems; Heating, Ventilation and Air Conditioning (HVAC) and Retro-Commissioning of UMCS/BAS and HVAC; (b) specialized experience at DoD facilities or comparable systems (i.e. systems that serving multiple buildings that are integrated and report to a central location) in the investigation, planning, design, and testing of Electronic Security Systems, Security Engineering, Other Electrical/Mechanical Design/Criteria Development, other Automated Control Systems and Miscellaneous Studies such as Value Engineering, (c) provide a design quality control management approach tailored to this procurement, specifically explaining how the A-E will maintain the quality of the design and control cost. The A-E shall define the system that will be in place at the time of contract award to assure the design quality is maintained and provide a comprehensive description of how the Quality Control process will be executed including names and designations of the primary professionals, who will be responsible for independent quality review (apart from key personnel design team members). 2. Professional Qualifications: The submitter must demonstrate that the prime firm is permitted by law to practice the professions of architecture and/or engineering work in at least one state, territory, or jurisdiction of the United States as required by FAR 36.601-4(b). The following key personnel must be licensed as a registered A-E professional in one of the states, territories or jurisdictions of the United States: principal architect or engineer of the firm, corporation, or entity; project manager(s); lead architect; and lead engineer in the disciplines of civil, electrical, mechanical, structural, environmental, and fire protection. Firms must identify the lead engineer for Utility Monitoring and Control Systems and Electronic Security Systems; these persons also must be a registered A-E professional as stated above. Resumes for each of the above key personnel must be provided and must identify (1) at least one state, territory, or jurisdiction in the United States in which their registration is current and include their individual license number and (2) their qualifications and credentials that are relevant to the satisfactory performance of the services required herein. A resume shall also be provided for the lead Cost Estimator who should have a minimum of 5 years of construction cost estimating experience. A resume should be provided for a LEED Accredited Professional (AP), which may be one of the personnel identified above. Any key personnel who are not currently employed by the prime, subcontractor, or joint venture identified in the SF-330 must provide a signed letter of commitment that must accompany their resume. The submitter must state any key personnel who will have dual responsibilities. The Government will consider the qualifications, education, overall and relevant experience, and training of key personnel and longevity with the firm of the key management and technical personnel. The prime firm shall have a registered Professional Engineer (PE) or registered Architect on staff. 3. Past Performance: Past performance of the prime firm and any key subcontractors on recent (i.e. completed within the past three (3) years from the release of this announcement) and relevant contracts as determined from Past Performance Information Retrieval System (PPIRS) and other sources. PPIRS will be queried for all prime firms to assess performance risk. Performance evaluations for any key subcontractors may also be considered. The Government may elect to consider any credible information obtained from other sources in addition to those identified by the firm if adequate information is not available in PPIRS. In the event that adverse past performance information is obtained from other sources, the firm will have the opportunity to respond to any adverse information received which it had not had a previous opportunity to comment. 4. Capacity: Demonstrate capacity or an effective organization structure, project team to accomplish up to an estimated three (3) task orders simultaneously with a minimum value of $100,000 in a one year period of time. Identify the full potential value of any current Indefinite Delivery contracts that the firm has with the Government. Capacity will be evaluated in accordance with (FAR 36.602-1 (a)(3)). 5. Knowledge of Locality: Demonstrate capability to perform work throughout the Continental United States (CONUS), District of Columbia, and Outside the Continental United States (OCONUS) Alaska, Hawaii, and U.S. Territories and possessions. Firms should demonstrate their capability to perform work in multiple geographic locations. Greater consideration will be given to the A-E firms with the capability to perform work in diverse locations. Secondary Selection Criteria 6. Small Business Participation Plan: provide plan describing the extent of participation of small business (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total subcontracted estimated effort. USACE small business goals listed below. Table 2: USACE small business subcontracting goals for FY11 Small Business 70% Small Disadvantaged Business 6.2% Woman-Owned Small Business 7.0% HUBZone Small Business 9.8% Veteran-Owned Small Business 3.5% Service-Disabled Veteran-Owned Small Business 2.0% 7. Volume of work: list volume of work awarded by DoD during the previous 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses. SUBMISSION REQUIREMENTS: Firms must be registered in the Central Contractor Registration (CCR) to be eligible for award. Firms may register via the CCR internet site at http://www.ccr.gov. SF-330 submissions will be received until 1400 (2:00 pm) Central Time, 15 Aug 2011. Interested firms having the capabilities to perform the work described above must submit seven (7) hard copies and one (1) PDF copy on a compact disk (CD) of the SF 330 Part I and SF 330 Part II for the prime firm and all key subcontractors to the Contract Specialist as follows: US Army Engineering and Support Center, CEHNC-CT-B, ATTN: Mr. Donna Lehmann, 4820 University Square, Huntsville AL 35816-1822. All hard copy submissions shall be identical in content. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 5 pages for Section H. Each side of a sheet of paper is considered one page. The hard copy is to use no smaller than 12 font type. However, firms may use no smaller than 10 pt font on organizational charts, graphs, tables and matrices. Include the firm's DUNS number in the SF 330, Part I, Section H. In Section H, indicate the estimated percentage of involvement of each firm on the proposed team. 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. Any JV must submit the parties' signed agreement as a part of the package. This paperwork will not be included in the page count and shall be provided as an attachment. This is not a request for proposal. Award is anticipated to be made in Spring 2012. Hand carried submissions shall be dropped off at US Army Engineering & Support Center, Huntsville at 4820 University Square mailroom by the person delivering the package. The mailroom entrance is located at the North side of the building and is clearly marked from the outside. The mailroom personnel will receive the packages, date stamp, x-ray as appropriate and call the person identified on the package. The mailroom hours for bid package deliveries are 0800-1500, Monday-Friday, excluding holidays. Points of Contact (POC) Donna Lehmann Contract Specialist, Donna.Lehmann@usace.army.mil Tonju L. Butler Contracting Officer Tonju.L.butler@usace.army.mil Potential Firms are to post questions at www.projnet.org using bidder inquiry key 4U5M4O-Q7C6VV. The deadline for posting questions is 1600 (4:00 pm) Central Time, 27 July 2011. Place of Performance Contractor's facilities and project sites OCONUS & CONUS throughout the United States, including Alaska, Hawaii, and all U.S. Territories.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-R-0010/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02497777-W 20110715/110713235418-3f12e8dff8747aefc360f688e8190f83 (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.