Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2013 FBO #4115
SOLICITATION NOTICE

C -- Architect/Engineer services for Army Reserve projects, and other military projects primarily within the Great Lakes and Ohio River Division mission boundaries. The Louisville District Army Reserve mission is nationwide

Notice Date
2/27/2013
 
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-13-R-0035
 
Response Due
3/27/2013
 
Archive Date
4/28/2013
 
Point of Contact
Emily Jenkins, 502-315-6181
 
E-Mail Address
USACE District, Louisville
(emily.h.jenkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.) SYNOPSIS: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services primarily for Army Reserve projects nationwide (including Puerto Rico) and military projects within the Great Lakes and Ohio River Division mission boundaries. Projects outside the primary mission area may be added at the Government's discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The maximum cumulative contract value for the total contract is $9,000,000. This is a five year contract, with no option years. The estimated construction cost per project is between approximately $3,000,000 and $50,000,000. Up to four firms will be selected, the top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second, and so on. Award of all contracts will be made within nine (9) months after award of the first contract provided there is sufficient workload. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which offeror will be selected to negotiate task orders: performance, quality of deliverables, capacity to accomplish the work in the required time, and uniquely specialized experience. Significant emphasis will be placed on the A/E's quality control procedures, as the district will perform the quality assurance role only. Estimated start date is July 2013. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 50.0 percent to Small Business, 18.0 percent to Woman Owned Small Business (WOSB), 17.0 percent to Small Disadvantaged Business, 4.0 percent to Service Disabled Veteran Owned Small Business (SDVOSB), 10.0 percent to HUB Zone Small Business, and 4.0 percent to Veteran Owned Small Business. These percentages are applied to the total amount of subcontracted dollars. The Louisville District and the U.S. Army Reserve plan to partner this program. The selected firms and relevant subconsultants will be required to attend annual two-day partnering workshops for all architecture, engineering and interior design disciplines to define the Government's expectations of the A/E, create a positive working atmosphere, encourage open communication, and to identify common goals. Cost for these sessions will be borne by the selected A/E. In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $30,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services. 2.) PROJECT SPECIFIC INFORMATION: The selected firm will be solely responsible for the designs that they produce, and will become the designer of record for each individual project on their contract. Projects may consist of military projects for the U.S. Army Reserve and other military customers of USACE Louisville District. Project task orders under this indefinite delivery/indefinite quantity 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 and support spaces); stand-alone buildings (which include administration facilities, unheated storage, and direct support/general support warehouses); and other structures unique to Army Reserve facilities and military installations. A/E services may consist of: preparation of construction solicitations for design-bid-build (complete design) projects and request for proposal (RFP) design build projects; concept level designs and engineering feasibility studies; building information model (BIM) data development; site investigation/assessment of existing conditions; value engineering services; engineering services during construction (shop drawing review, site inspection, etc); design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; technical studies/analysis in support of design for new construction and renovation; and comprehensive planning that is related to future construction requirements on military installations. Additional A/E support services may include: civil site design; geotechnical studies; design for the renovation of existing facilities; environmental compliance; National Environmental Policy Act documentation; controlled waste and flammable storage design; asbestos, lead and PCB surveys and/or abatement; and utility investigations. Other A/E services beyond traditional design may include: site selection; American Land Title Association surveys; deed and title services; DD form 1391 development; facility assessments; updating the Army Reserve Design Criteria; and value engineering workshops. Construction cost estimating will be accomplished for all design projects 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, modified Corps of Engineers Guide Specifications created for the Army Reserve, and industry standard specifications. All specifications shall be developed and 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 as specified in each task order. Firms should demonstrate experience with using and writing project specifications in the SpecsIntact processing system. Unless otherwise specified, designs shall be performed using BIM technology, which utilizes computer aided design (CAD) technology with information loaded within three dimensional models. The A/E firm is responsible for the training and associated training costs for both primary and back-up BIM team members. Disciplines required for BIM are architecture, interior design, structural, mechanical, electrical, civil and cost estimating. BIM products will be produced in the current version of either the Bentley BIM or Autodesk BIM as specified in each task order. Traditional CAD deliverables, if required for individual task orders, shall include Microstation (.dgn) or AutoCAD (.dwg) files as specified in each task order. Proposals shall demonstrate experience using these CAD software products and knowledge of the latest release of the Tri-Service A/E/C CADD Standards. Sustainable design shall be accomplished using an integrated design approach and emphasizing environmental stewardship; energy and water conservation and efficiency; use of alternative energy, 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; and development of healthy, safe, and productive work environments. Design shall employ United States Green Building Council (USGBC) Leadership in Environmental and Energy Design (LEED) evaluation and Green Building Certification Institute (GBCI) certification methodology. 3.) SELECTION CRITERIA: The specific selection criteria (a through d are primary; e is secondary) in descending order of importance are provided below and must be documented with resumes in the SF 330. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. The individuals identified by the project roles may not have multiple duties or be quote mark dual-hatted quote mark. a.) Professional Qualifications: Resumes shall be submitted for two project managers (design team leaders); both must be registered as an engineer or architect. Provide resumes for two designers and one checker in the following fields: architecture, civil, structural (independent of civil), mechanical, and electrical engineering, with at least two in each field professionally registered in the relevant professional field as an engineer or architect. The checker shall have a minimum of ten years of experience within their respective area of expertise. Two resumes for Interior Designers are required; both must be certified by the National Council of Interior Design Qualifications (NCIDQ). They shall be registered Interior Designers, or registered architects with at least five years of experience and training in interior design. Provide resumes for one designer and one checker in environmental engineering and geotechnical (soil) engineering. At least one in each field shall demonstrate professional engineering registration in the relevant field. Provide resumes for one designer and one checker who are Registered Communication Distribution Designers (RCDD). Provide a resume for one certified cost engineer (CCE) or certified cost consultant (CCC) as certified by the American Association of Cost Engineers. The individual proposed must have at least 10 years of experience preparing construction cost estimates. Provide a resume for one Value Engineer (VE) currently registered as a Certified Value Specialist (CVS) by the Society of American Value Engineers (SAVE) International. The CVS shall have a minimum of 5 years experience performing value workshops relevant to Army Reserve projects. Provide a resume for one commissioning authority (CxA) to lead the commissioning team. The CxA shall be a licensed mechanical or electrical engineer with a minimum of five years of HVAC or lighting and power distribution design experience and shall have documented experience as a CxA on at least two projects relevant to the work anticipated for this contract. Provide a resume for one fire protection engineer who is a registered professional engineer with a minimum of five years dedicated to fire protection engineering, and who meets one of the following conditions: (i) A degree in fire protection engineering from an accredited university; (ii) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; or (iii) registration in an engineering discipline related to fire protection engineering. Provide a resume for one Roof Consultants Institute (RCI) Registered Roofing Consultant (RRC). The RRC shall have a minimum of two years experience. b.) Specialized Experience and Technical Competence: Include the following project experience in the resumes of the key personnel assigned to this contract: electronic drawing development utilizing BIM, design/build project design methodology, sustainable design, value engineering, design for low energy consumption, anti-terrorism and force protection measures, construction cost estimating using M-CACES MII, and design charrettes. 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 SF330. In addition, provide the following in paragraph H of the SF 330: a brief Design Quality Management Plan including an explanation of the firm's management approach; management of subconsultants (if applicable); quality control procedures (for plans, specification, 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 subconsultants). c.) Capacity: The firm shall demonstrate the available capacity to complete the work in the required time with the understanding that this contract may require multiple design teams to work individual task orders at various locations simultaneously. d.) Past Performance: Provide past performance on DoD and other contracts to include cost control, compliance with performance schedules, quality of work, and minimizing cost and time growth during construction. e.) Small Business Participation: In paragraph H, provide a brief narrative explaining the roles proposed for small businesses on the team. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% Participation'). 4.) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) hard copy and one (1) electronic copy on CD of the SF 330, Part l, and one copy of the SF330, 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 subconsultant. 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 (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). 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. The data on the CD shall not substitute for the hard copy submission. Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. 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 4:00 p.m. local time on 27 March 2013. 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. To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Emily Jenkins, 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Emily Jenkins Email: emily.h.jenkins@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-13-R-0035/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02997180-W 20130301/130227234430-82687abcec226373b2d6976552e22c4d (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.