Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

C -- Architectural and Engineering Services

Notice Date
8/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-12-R-0036
 
Archive Date
9/22/2012
 
Point of Contact
Herbert W. Hankins, Jr., Phone: 757-201-7136
 
E-Mail Address
herbert.w.hankins@usace.army.mil
(herbert.w.hankins@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FBO ANNOUNCEMENT FOR THE SELECTION OF UP TO TWO INDEFINITE DELIVERY CONTRACTS FOR MULTI-DISCIPLINE ARCHITECT-ENGINEERING SERVICES BACKGROUND. Multidiscipline Design and/or other Professional Services are being procured in accordance with PL 9 2-582 (Brooks A-E Act) and FAR Part 36, as required for design support primarily for projects within or assigned to the Norfolk District, U.S. Army Corps of Engineers or within the North Atlantic Division. Contract capacity may be shared with other U.S. Army Corps of Engineers Districts upon approval by the Contracting Officer and acceptance by the Contractor. Work may include but not be limited to any or all of the following: design, drafting, planning, programming, cost estimating, topographic or boundary surveys, on site construction management, shop drawing reviews, preparation of Requests for Proposals (RFPs) for Design/Build Projects, various engineering studies, site investigations, value engineering services, subsurface geotechnical investigation, testing, and reports, design services for new construction and/or renovation, demolition, and alterations of existing facilities, environmental studies, testing and reports, hazardous materials testing, abatement, and other design services. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. The intent of this acquisition is to award up to two contracts. The proposed contract will be a negotiated firm, fixed-price Indefinite Delivery Indefinite Quantity Contract (IDIQ). Each contract will have a base period of one-year from the date of award with options to extend for up to four additional one-year periods. Each contract will not exceed a term of five years and together shall not exceed a maximum of $10,000,000 over a five-year period. Each task order issued shall be firm-fixed price (as negotiated). The contract shall be awarded subject to the availability of funds, FAR 52.232-18, because the contract shall not be fully funded at the time of award. Funding shall be cited on individual task orders. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: (1) response to qualifications established for each task order, (2) current capacity and ability to accomplish the order in the required time, and (3) equitable distribution of work among the contractors. Price will not be used as a criterion. SIZE STANDARD. This is a total small business set aside procurement. The North American Industrial Classification Code (NAICS) for this procurement is 541330 with a size standard of $14,000,000 average annual receipts. To be eligible for contract award, firms must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. PROJECT INFORMATION. No specific projects are identified at this time and therefore funds are not presently available for the contract. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E Services are to be utilized. The A-E shall be responsible for drawing preparation using computer-aided design and drafting (CADD) software or Building Information Modeling (BIM) software, as required by the specific task order. All drawings produced for this contract shall be in compliance with the A/E/C CADD standards as issued by the CADD/GIS Technology Center (http://tsc.wes.army.mil/products/standards/AEC/intro.asp). The Government will only accept the final products, without conversion or reformatting, in the Autodesk suite of soft wares (AutoCAD or Revit). Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a faster format compatible with AutoCAD electronic digital format. GIS information shall adhere to the Tri-Service Spatial Data Standards. Design Analysis and any other reports shall be prepared using MS-Word (.doc). Specifications shall be prepared using SPECSINTACT software. Cost estimates shall be prepared using MII software in work breakdown structure (WBS), narrative documentation utilizing Microsoft Office Word. Firms will also be required to provide documents in PDF format. The contract requires that the selected firm have on-line access to E-mail via internet for routine exchange of correspondence. All services shall be performed in accordance with Norfolk District Design Guide, as well as, all applicable codes and criteria required for Government work. Facilities shall be fully accessible to meet the requirements of ADAAG and all applicable laws, codes and regulations pertinent to accessibility. All work shall be performed in accordance with Federal Acquisition Regulation (FAR) (https://www.acquisition.gov/FAR/). Designs will be prepared using US Standard English units of measure. ProjNet (DrChecks) (https://www.projnet.org) will be used for comment resolution of all design review submittals. SELECTION CRITERIA. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary and are of equal importance. Criteria f through g are secondary and will only be used as a tie-breaker among firms that are essentially technically equal. Recent means projects within the last five years. The Contractor may submit a maximum of 10 projects for consideration. a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Demonstrate recent experience by the prime firm and its sub consultants with regard to horizontal and/or vertical construction on Federal installations; (2) demonstrate recent experience by the prime firm and its sub consultants with regard to the preparation of design/bid/build and design/build RFP's; (3) demonstrate knowledge of codes, laws, permits and construction materials and methods in the contract area; (4) demonstrate the ability to prepare construction cost estimates using Government furnished programs such as MII. Identify specific projects on which MII has been utilized; (5) demonstrate the ability to prepare specifications using Government furnished programs such as Specsintact; (6) demonstrate the ability to prepare construction drawings using AutoCAD or Revit. Firms shall identify what software versions they are currently utilizing; and (7) demonstrate the ability to provide data files on CD or DVD, create PDF files of specifications and other documents (This includes scanning documents where direct file conversion to PDF is not possible), access the Internet and submit data by File Transfer Protocol (ftp) utilizing an ftp client. b) PROFESSIONAL QUALIFICATIONS: Indefinite delivery contracts will require each A-E provide the following (either in-house or through a sub consultant) as a minimum. Required personnel cannot fulfill more than one (1) role on the project team, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Resumes should be provided for each of the personnel listed below. Repeat the resume page as required to provide information on all personnel referenced. Resumes for the survey crew and drill crew are not required. Two (2) Registered Architects One (1) Certified Landscape Architect One (1) Certified Interior Designer, Qualified means have a minimum of four years experience dedicated to interior design, and the following: (a) a degree in Interior Design or Interior Architecture from an accredited university, (b) have passed the National Certification of Interior Design Qualification (NCIDQ) and (c) be Certified Interior Design (CID). Two (2) Registered Electrical Engineers Two (2) Registered Mechanical Engineers Two (2) Registered Civil Engineers Two (2) Registered Geo-Tech Engineers specializing in geo-technical analysis and reporting A certified soil boring and testing firm Two (2) Registered Structural Engineers One (1) Registered Communication Engineer, Qualified means Registered Communications Distribution Designer (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have a current active RCCD registration. This person shall also be a Registered Electrical Engineer. One (1) Registered Fire Protection Engineer, Qualified means a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. One (1) Registered Environmental Engineer A Certified Environmental Testing Lab One (1) Registered Surveyor as well as survey crew personnel One (1) Certified Value Specialist (CVS) One (1) LEED Accredited Professional (AP) - LEED Coordinator may not be the same as any other team member and shall be specifically called out as the LEED Coordinator. One (1) Qualified Cost Estimators. Qualified means a degree in Engineering or Architecture with at least 10 years Cost Estimating experience. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of MII software. (c) CAPACITY: Ability to perform work to schedules - Firms will be evaluated on their ability to complete multiple taskings simultaneously. Firms shall: (1) show current and projected workload within the firm; (2) address a plan for how they propose to accomplish up to five (5) additional taskings per year in addition to current and projected workload conditions; (3) provide an organizational chart showing the inter-relationship of the various team members including sub consultants. (d) PAST PERFORMANCE: Firms will be evaluated in terms of work quality, compliance to schedules, and cost controls with emphasis on projects submitted under factor (a) as determined from PPIRS and other sources. Submit letters of commendation, awards, previous project evaluations, etc. to show past performance. Firms must provide a chart which demonstrates construction cost estimated vs. actual award costs, as well as demonstrates actual schedule performance vs. established milestones. (e) QUALITY CONTROL PROGRAM: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. Describe and define the firm's program/processes for quality control and list the key personnel responsible. (f) VOLUME OF WORK: Firms will be evaluated in terms of work previously awarded to the firm by DoD within the past 12 months. The objective is to provide an equitable distribution of DoD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. List any DoD contracts awarded to the firm within the last 12 months. SUBMISSION REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one hard copy of SF 330 Part I and one copy for the Prime and all consultants in an electronic format searchable in PDF or MS Word without translation; and one hard copy of SF 330 Part II for the prime firm and all consultants, and one electronic copy searchable in PDF or MS Word of the entire submittal to the address below at the time and date below. ELECTRONIC DOCUMENTS shall be submitted via Readable CD. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 6 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firm's DUNS number in SF 330, Part I, Section H. Facsimile transmissions will not be accepted. Additional size limitations: (i) Limit resume of each individual to no more than one page. (ii) Limit example projects to no more than 10 projects. (iii) Limit Section F to 20 pages. Submit SF 330 Parts I and II to: US Army Corps of Engineers, Norfolk District; ATTN: CPT Herbert Hankins; 803 Front Street; Norfolk, VA 23510-1096; not later than 2:00 PM on September 7, 2012. Facsimile or email transmissions will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to ORCA, https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Following an evaluation of the qualifications and performance data submitted, the firm or firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED. NOTE. In order to maintain total objectivity in the A-E selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. If a question is presented to the contract specialist, CPT Bert Hankins, it will be at the Contracting Officer's discretion to respond. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal. ORGANIZATIONAL CONFLICT OF INTEREST. This statement provides examples of certain organizational conflicts of interest which are prescribed by Federal Acquisition Regulation Subpart 9.5. The purpose of this statement is to prevent the existence of conflicting roles that might bias a contractor's judgment and to prevent an unfair competitive advantage. The following subsections prescribe certain limitations on contracting as the means of avoiding, neutralizing or mitigating organizational conflicts of interest. a. If, under this announcement, the contractor will provide systems engineering and technical direction for a system, but does not have overall contractual responsibility for its development, integration, assembly, checkout or production, the contractor shall not be awarded a subsequent contract to supply the system or any of its major components, or to act as consultant to a supplier of any system, subsystem, or major component utilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systems engineering and technical direction. The term of this prohibition shall endure for the entire period of this contract and for two (2) years thereafter. b. If, under this announcement, the contractor will prepare and furnish complete specifications covering non-developmental items, to be used in a competitive acquisition, the contractor shall not be permitted to furnish these items, either as a prime or subcontractor. The term of this prohibition shall endure for the entire period of this contract performance and for either two (2) years thereafter or the duration of the initial production contract whichever is longer. This rule shall not apply to contractors who furnish specifications or data at Government request or to situations in which contractors act as Government representatives to help Government agencies prepare, refine or coordinate specifications, provided this assistance is supervised and controlled by Government representatives. c. If, under this announcement, the contractor will prepare or assist in preparing a work statement to be used in competitively acquiring a system or services, the contractor shall not supply the system, its major components, or the service unless the contractor is the sole source, the contractor has participated in the development and design work, or more than one contractor has been involved in preparing the work statement. The term of this prohibition shall endure for two (2) years. d. If, under this announcement, the contractor will provide technical evaluation of products or advisory and assistance services, the contractor shall not provide such services if the services relate to the contractor's own or a competitor's products or services unless proper safeguards are established to ensure objectivity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-12-R-0036/listing.html)
 
Place of Performance
Address: USACE Norfolk Distict, United States
 
Record
SN02831601-W 20120810/120809000641-5483946db65abf661ddc8d6236daddbb (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.