SOLICITATION NOTICE
C -- Architect-Engineer Construction Engineering Svcs for an Indefinite Delivery Contract with the USACE, Mobile District, SAD in Support of the U.S. Army Medical Command (MEDCOM), Department of Defense (DOD),& other Federal Health Systems.
- Notice Date
- 1/17/2013
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-13-R-0028
- Response Due
- 3/6/2013
- Archive Date
- 3/18/2013
- Point of Contact
- LaNell Roberts, (251)694-3859
- E-Mail Address
-
USACE District, Mobile
(lanell.a.roberts@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice is posted in its entirety and hereby serves as the official solicitation for this project. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Mrs. Mary F. Breland. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract (IDC) with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the U.S. Army Medical Command (MEDCOM), DOD, and other Federal Health Systems. This contract will be primarily for Construction Engineering Services, to include submittal review, transition and initial outfitting planning and support, commissioning, requirements development, on site Quality Assurance inspections, and similar tasks. This announcement is open to Service Disabled, Veteran Owned Small Businesses (SDVOSB). The contract will be awarded for a term not to exceed a total of five years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $5,000,000 over the five-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. A firm fixed price contract will be negotiated. The subcontracting plan is not required with this submittal. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The selected firm must have capabilities for healthcare and medical research laboratory facility projects in the following areas. (1) Construction Engineering Services: submittal review, transition planning, project coordination, commissioning, and similar services; (2) Requirements Development; and (3) on site Quality Assurance inspections. The work will be located in the Continental United States, Alaska, Hawaii, and US Possessions. 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 thru D are primary. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Project Manager; (2) Quality Assurance Representative; (3) Construction Manager; (4) Engineering Technician; and (5) DMLSS Administrator. The professional qualification evaluation will consider education, registration, and relevant experience in the type work required and longevity with the firm. Resumes (Block E of the SF 330) must be provided for these 5 disciplines to demonstrate corporate capability in each discipline. It is not necessary to submit resumes for all company resources within each discipline. In the resumes under Project Assignment, use the same discipline nomenclature as used in this announcement. B. Specialized Experience and Technical Competence in: (1) Construction Engineering Services: submittal review, transition planning, project coordination, commissioning, and similar services; (2) Requirements Development; and (3) on site Quality Assurance inspections. Experience working in occupied healthcare and/or medical research laboratory facilities is required. In Block H of the Standard Form 330 describe the firm's quality management plan, quality assurance, cost control (including designing to cost), coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $100,000 individual task orders simultaneously. D. Past Performance: Past performance with respect to quality of work and compliance with performance schedules. Evaluations will be based on established ACASS and CPARS ratings and other credible documentation included in the SF 330. SUBMISSION REQUIREMENTS: Interested SDVOSB Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Use no more than one page per project. When listing projects in PART I, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm the person is associated. PART I OF THE SF330 SHALL NOT EXCEED 50 PAGES. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later than 3:00 P.M. Central Time on 06 MARCH 2013. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on or about 11 MARCH 2013. As required by acquisition regulations, interviews for the purpose of discussing qualifications of prospective contractors for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 20 FEBRUARY 2013 at 3:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W91278-13-R-0028. The Bidder Inquiry Key is: 6M79RH N5T2JW. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. Caution: Any inquiry submitted and answered within this system, will be accessible to view by ALL interested FIRMS on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-13-R-0028/listing.html)
- Place of Performance
- Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Zip Code: 36628-0001
- Record
- SN02967451-W 20130119/130117234303-075d199130beda04e10fd183fbf30a6a (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 |