Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

C -- A-E IDIQ FOR AE SVCS CONSTRUCTION MANAGEMENT FOR SEATTLE DISTRICT

Notice Date
7/26/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-11-R-0062
 
Response Due
8/29/2011
 
Archive Date
10/28/2011
 
Point of Contact
JAMES A RUSSELL, 206.764.6087
 
E-Mail Address
USACE District, Seattle
(james.a.russell@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
1. PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT THE SF330 DOCUMENTS IS CONTAINED HEREIN. QUESTIONS PERTAINING TO THIS ANNOUNCEMENT SHOULD BE ADDRESSED TO ERIK LUNDSTROM AT ERIK.A.LUNDSTROM@USACE.ARMY.MIL. The Seattle District Corps of Engineers has a requirement for an Architect-Engineer Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for AE Services to Support Construction Management Activities primarily for Seattle District (WA, ID, MT, OR). This procurement will be evaluated using Brooks Act (PL-92-582) procedures and FAR Part 36. THIS IS AN UNRESTRICTED ACQUISITION OPEN TO ALL QUALIFIED BUSINESS CONCERNS. (A) DESCRIPTION OF WORK: The Architect-Engineer (A-E) shall perform all or part of the following services, as identified in individual Task Orders: The services required of the A-E are a broad range of engineering services to satisfy fluctuating needs and conditions. Services required include assistance and guidance to Field Offices and site visits. The majority of the work will be located in western Washington; however, work may be located in any one of the 4 states within Seattle District, including Washington, Idaho, Montana, and Oregon. Specific work will include but not be limited to (1) Biddability, constructability, operability & environmental (BCOE) reviews of plans & specs of proposed solicitations; (2) Preparation of contract related documents and analysis, such as construction cost estimates, project schedules or network analysis systems, delay impact analysis, claims and change order analysis; (3) Review of contractor submittals; (4) Shop drawing reviews; (5) Construction surveillance and inspection; and (6) Quality Assurance (QA) activities in connection to emergency response. Examples of QA activities might include those associated with a natural disaster. (B) SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The selection will be based on the following criteria: Criterion 1, Specialized Experience and Technical Competence (SF 330, Section F); Criterion 2, Professional Qualifications (SF 330, Section E); The remaining Criteria are to be addressed in SF 330, Section H: Criterion 3, Past Performance; Criterion 4, Capacity; Criterion 5, Knowledge of the Locality; Criterion 6, Extent of Small Business Participation; Criterion 7, Geographical Proximity; and Criterion 8, Equitable Distribution of Work. Criteria (1) through (5) are PRIMARY criteria and will be evaluated for all firms. Criteria (6) through (8) are SECONDARY criteria and shall only be used as tie-breakers should the application of criteria numbers (1) through (5) result in firms being rated as technically equal. Criteria are listed in descending order of importance. SF 330s will be evaluated to determine the most highly qualified firm. Evaluating Past Performance may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. In evaluating an Offeror's capability, the Government may consider how well the offeror complied with these instructions. All projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract; projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Submission Requirements: The SF 330 Part 1 is limited to 50, 8.5"x11" pages, not including tabs/page dividers or table of contents. Minimum font size is 10. Submit the following: a) One (1) original and four (4) copies of the SF 330, including a completed Part II for the firm and key sub-consultants. Please note that a separate SF330, Part I is not required for each sub-consultant. PRIMARY CRITERIA: SF 330, PART 1, SECTION F, CRITERION (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm. Submission Requirements: For the proposed team, provide a maximum of ten (10) specific, completed projects that best illustrate overall team experience. Projects submitted must have been completed within the past three (3) years from the date qualifications submittals are due. Include within block 24 of the SF330, Section F, a brief narrative for each project. Discuss conformance to scope, adherence to performance schedules, limiting changes and delivering a product that satisfies the requirements. Projects that demonstrate specialized experience and technical competence in the following types of work may be evaluated more favorably under this criterion: USACE construction surveillance, safety compliance, quality assurance and contract administration for civil works, military and environmental construction projects. SF 330, PART 1, SECTION E, CRITERION (2) PROFESSIONAL QUALIFICATIONS of key personnel to be assigned to this contract. Resumes shall be provided for key personnel and proposed sub-consultants for A-E disciplines, including architectural and engineering disciplines: civil, structural, electrical, mechanical, environmental, architectural and interior design, sustainable design and cost engineering. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. Key personnel proposed are required to be licensed or certified professionals, as applicable. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. It is expected that the individuals identified as key personnel will be the individuals performing these positions under the resulting contract. Any changes to the proposed key team members after submission of qualifications MUST be approved by the Contracting Officer. Submission Requirements: Provide brief resumes of each proposed team member who will specifically perform the major tasks in the disciplines listed above under this contract. Provide the highest level of education achieved and the number of years engaged in the discipline. Each resume shall include a maximum of five (5) specific, recently completed projects that best illustrate the individual member's qualifications for the position for which the key member is being proposed. Recent is defined as within the past five years from the date qualifications submittals are due. Projects submitted where the key member has performed in the role proposed for this contract may be evaluated more favorably. Recent projects completed within USACE may also be evaluated more favorably for this criterion. In the SF 330, Part 1, Section D, provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the branch office location of each team member. SF 330, SECTION H, CRITERION (3) PAST PERFORMANCE of the firm and the project team on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. In its evaluation of past performance, in addition to information submitted by the firm, the Government will consider information obtained from the Past Performance Information Retrieval System (PPIRS) and any other sources deemed necessary by the Government. Firms are encouraged to contact the appropriate government Project Managers, Contracting Officers, or Contracting Officer's Representatives to ensure ACASS evaluations have been submitted on completed government projects, particularly for those projects submitted under Criteria 1 and 2. Submission Requirements: Provide a brief narrative that demonstrates past performance and indicates effectiveness on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. It is the responsibility of the firm to explain how the past performance information is relevant to the proposed contract. Firms may also provide information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Identify recent awards, commendations, and other performance evaluations outside of ACASS. Past performance of the following types of projects may be given additional consideration under this criterion: 1) recently completed contracts and/or projects identified in Criteria 1 and 2; 2) projects performed by key personnel or major sub-consultants under the proposed team structure. SF 330, SECTION H, CRITERION (4) CAPACITY of the proposed team to accomplish the work of the required type and the dollar amount stated in this announcement. Submission Requirements: Describe the firm's ability to utilize an adequate number of personnel in key disciplines and the proposed team's ability to complete several large and small Task Orders concurrently requiring quick turn-around. Indicate the firm's present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Indicate specialized equipment available. Firms that demonstrate a comprehensive plan to manage several large and small Task Orders concurrently, and that show availability of resources for surge support, may be evaluated more favorably under this criterion. SF 330, SECTION H, CRITERION (5) KNOWLEDGE OF THE LOCALITY of the contract as it relates to construction projects covering the Seattle District's jurisdiction in Washington, Idaho, Montana and Oregon. Submission Requirements: Provide a narrative that describes and illustrates the team's knowledge of work in the area stated above. Firms that can demonstrate knowledge of the local area's geological features, climatic conditions, and/or local construction methods may be rated more favorably for this criterion. SECONDARY CRITERIA: SF 330, SECTION H, CRITERION (6) EXTENT OF SMALL BUSINESS PARTICIPATION (including Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) minority institutions) in the proposed contract team, measured as a percentage of the total estimated effort. Submission Requirements: Both large and small firms responding to this announcement shall provide a brief narrative identifying the extent to which Small Businesses (SBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), HUBZone Small Businesses, Small Disadvantaged Businesses (SDBs), Woman-Owned Small Businesses (WOSBs), and Historically Black Colleges/Universities or Minority Institutions (HBCU/MIs) would be used in the performance of this proposed contract as well as the firm's prior level of commitment to using these small businesses in the performance of prior contracts. A subcontracting plan is not required with this submittal. Firms demonstrating a high level of utilization of small business in sub-consultant roles may be evaluated more favorably under this criterion. SF 330, SECTION H, CRITERION (7) GEOGRAPHICAL PROXIMITY to the Seattle District office and its engineering and construction personnel located in the 4 states. Submission Requirements: Identify the Firm's location of main offices, branch offices, and sub-consultants offices. Describe and illustrate the team's availability to work in the geographical area. Address ability of the firm to ensure timely response to requests for on-site support. Firms with a local office near the Seattle District Office may be evaluated more favorably under this criterion. SF 330, SECTION H, CRITERION (8) EQUITABLE DISTRIBUTION OF THE WORK with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. Submission Requirements: Provide a list of DOD contracts awarded in the last 12 months. Include the dollar amount for each DOD contract/task order awarded. Firms with multiple offices shall indicate which branch office is/was responsible for each project. Include agency phone numbers and points of contact. (C) GENERAL INFORMATION: This announcement will result in the award of an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The effective period of the contract shall be a one-year base period with the option to extend for four (4) additional one-year option periods. Work under this IDIQ contract will be issued by firm-fixed-price Task Orders. The contract will have an individual Task Order limit of $500,000 (five-hundred thousand dollars) per Task Order. The maximum value of all work issued under the contract will be limited to $10,000,000 over five years. The minimum guarantee for the contract shall be $2,500. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial task order. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from participating in the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. The primary North American Industrial Classification System (NAICS) Codes for this procurement are 541330 "Engineering". The small business size standard is $4.5 million. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less over the last three fiscal years. This announcement is issued as set-aside for HUBZONE small businesses. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. However, there is a limitation on subcontracting whereby "at least 50% of the cost of contract performance incurred for personnel" must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. The subcontracting goals for the Seattle District, which will be considered in the negotiation of this contract, are: a. At least 50% of planned subcontracting dollars be placed with Small Businesses (SB). b. At least 17 % of planned subcontracting dollars be placed with Small Disadvantaged Business (SDB) concerns. c. At least 18% of planned subcontracting dollars be placed with Women Owned Small Business (WOSB) concerns. d. At least 10% of planned subcontracting dollars be placed with HUBZone small business concerns. At least 8.5 % of planned subcontracting dollars be placed with Veteran-Owned Small Business (VOSB) concerns. f. At least 4.0% of planned subcontracting dollars be placed with Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor's Registration (CCR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log on to Internet web site at http://www.ccr.gov. FIRMS SLATED AS MOST HIGHLY QUALIFIED: To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. Submittals should be mailed or delivered to Erik Lundstrom, USACE Seattle District, CECT-NWS-M (Lundstrom) at 4735 E Marginal Way S, Seattle, Washington 98134-2329. One (1) original and four (4) copies of the submittal package are due not later than 2:00 PM Pacific Standard Time (PST) on 29 August 2011. Submittals received after this date and time will not be considered. Accordingly, firms are advised to plan for potential delays in delivery including, but not limited to, weather, traffic, building security, etc. No e-mail or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS PROCUREMENT IS SET-ASIDE FOR HUBZONE, SMALL BUSINESSES.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0062/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02510227-W 20110728/110726234730-29784dc2a7cf23aa1124644ac74a49a6 (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.