Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2013 FBO #4149
MODIFICATION

R -- Sources Sought Notice for Architect-Engineer design services in support of the Range and Training Land Program (RTLP)

Notice Date
4/2/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-13-R-0029
 
Response Due
4/26/2013
 
Archive Date
6/1/2013
 
Point of Contact
Raven Webb, 256-895-1319
 
E-Mail Address
USACE HNC, Huntsville
(raven.a.webb@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is seeking to identify qualified small business sources under 2007 North American Industry Classification System (NAICS) 541330 (Engineering Services). The small business size standard is $14 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For market research purposes only small businesses should provide responses. 1. CONTRACT INFORMATION: The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) is the designated Mandatory Center of Expertise (MCX) for the Range and Training Land Program. These projects are vital to ensuring that soldiers and the interest of the United States are preserved and protected. CEHNC will select Architect-Engineer (A-E) firms for design services, from the initial site investigation through engineering services during construction, to support various Army, Army Reserve, National Guard and Marine Corps installations, design projects for Corps of Engineers District offices, and other Federal and State agencies. A-E-type services may occur at sites associated with the U.S. Army, U.S. Marine Corps or as requested by other agencies. RTLP projects are located at various locations operated by the Department of Defense (DoD) and other federal and state agencies. The projects may be in the Continental United States (CONUS) or Outside the Continental United States (OCONUS) when there is no conflict with an existing Status of Forces Agreement (SOFA). USACE Districts and other approved customers may place task orders against these contracts after coordinating with CEHNC. The Government intends to set-aside a portion this acquisition to small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute some of the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone and/or Service Disabled Veteran Owned). Interested small business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions presented below. If no experience or capabilities are associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any; will be set-aside for small business competition. Any contracts awarded are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and Engineering Pamphlet (EP) 715-1-7. Firms will be selected for negotiations based on demonstrated competence and professional qualifications for the required work. CEHNC anticipates awarding contracts for one base year and four one year option periods. The program capacity shared by all awarded contracts will be approximately $40, 000,000. 2. PROJECT INFORMATION: General requirements outlined in the contract will be implemented by the Government's issuance of task orders under this contract. Specific requirements will be identified as separate annexes to this scope of work. Specific requirements are expected to include, Range and Training Land Program (RTLP) project planning, unexploded ordnance (UXO) support during design services, prepare Design Build request for proposals (RFPs), DD Form 1391s development, site investigations, engineering analysis, surface danger zone analysis, evaluations and studies, surveying and geotechnical investigations, innovative technology applications analysis, sustainable design applications, National Environmental Protection Agency (NEPA) documentation investigations, construction plans, specifications and cost estimates, value engineering studies, contract solicitation documents and engineering services during construction. Engineering services during construction may include supervision and inspection of construction, review of shop drawings, schedules and sequencing of construction, preparation of operation and maintenance manuals, engineering/design during construction, and quality assurance surveillance. In addition to the general requirements noted above and specific requirements which may be incorporated by the award of task orders, the following specific requirements of the program are included for compliance with respect to all future task orders. 2.1 RTLP Project Planning. The A-E shall develop Range Development Plans (RDP) in accordance with RDP Generic Methodology and the IAW AR 350-19, Range Complex Management Plan (RCMP) process. 2.2 DD Form 1391s Development. The A-E shall develop DD Form 1391s for range projects. This will require coordination with other agencies and installation representatives and participation in or facilitation of planning charrettes. 2.3 Site Investigations. The A-E shall conduct investigations of potential range sites to include, utility availability, demolition, roadways, evaluation of existing facilities, terrain, drainage, wetland encroachment and cultural resources and may also include preparation of Project Definition Reports (PDR) and ENG Form 3086s. 2.4 Engineering Analysis. The A-E shall analyze multiple engineering solutions to range issues. Analyses may include life cycle cost, electrical availability, water pressure, line of sight, and storm water runoff analysis. 2.5 Surface Danger Zone Analysis. The A-E shall analyze potential range sites, configurations and operations to determine the surface danger zone in accordance with DA PAM 385-63. 2.6 Evaluations and Studies. The A-E shall provide the necessary engineering services to perform the studies described in the annex for each project. 2.7 Surveying and Geotechnical Investigations. The A-E shall provide topographic (topo) survey and mapping of desired areas. The size of the survey area could vary between 50 acres and 10,000 acres depending on type of survey information required in relation to range projects. Vertical location of above ground and below ground utilities shall be provided as specifically directed. The final survey data shall be digitized into a 3D design file. The survey data shall be stereo digitized by photogrammetry methods and the final drawings shall be provided at a scale defined in each task order. The A-E shall also conduct geotechnical investigations as specifically directed for range projects. 2.8 Innovative Technology Applications Analysis. The A-E shall apply innovative technologies developed by others to range designs and other deliverables under the statement of work. 2.9 Sustainable Design Applications. The A-E shall provide range facility designs that as a minimum achieve a silver rating using the U.S. Green Building Council Leadership in Energy and Environmental Design - New Construction (LEED-NC) reference guide. 2.10 National Environmental Protection Agency (NEPA) Documentation Investigations. The A-E shall conduct 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. 2.11 Construction Plans, Specifications and Cost Estimates. Design services for range facilities shall result in design phase submittals to include preliminary design documents, plans, specifications, design analysis and cost estimates in accordance with CEHNC 1110-1-1 and AR 415-15. 2.12 Value Engineering (VE) Studies. The A-E shall participate in VE studies of range designs developed by the A-E and conduct VE studies of range designs developed by others. 2.13 Contract Solicitation Documents. 2.13.1 Design-Bid-Build. In addition to plans and technical specifications, the A-E shall provide Division 1 specifications and Special Contract Clauses to be included in the construction contract resulting from an A-E design. The A-E shall also prepare solicitation amendments in accordance with AR 415-15 and instructions of the agency letting the construction contract. 2.13.2 Design-Build. The A-E shall provide the statement of work and request for proposal package for solicitation of design-build projects. 2.14 Engineering Services During Construction. The A-E shall respond to inquiries during the construction phase of A-E designs. The A-E shall also review construction submittals, provide responses to construction contractor requests for information provide revised specifications, drawings and cost estimates for construction contract modifications, and provide final as-built drawings in electronic format. 2.15 UXO Support. The A-E shall have the capability of providing UXO support (i.e. safety specialist, escort, etc.) while performing engineering related services (i.e. site investigations, topographical surveys, geotechnical analysis, etc.) when encounters with UXO are anticipated. 3. SUBMISSION REQUIREMENTS Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 quote mark X 11 quote mark pages. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. Computer files must be compatible with Microsoft Word 2007. Submit responses via email to Raven.A.Webb@usace.army.mil. Submission shall be received by 1600 Central Time, 26 April 2012. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Raven Webb, Contract Specialist at (256) 895-1319 (Raven.A.Webb@usace.army.mil) or Shirley Martin, Contracting Officer at (256) 895-1642 (Shirley.A.Martin@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL. CAPABILITIES QUESTIONNAIRE SECTION 1: GENERAL 1. Business Name:(Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code(s) (list all NAICS codes your firm is registered under) : 5. Responsible Point of Contact: 6. Check All That Apply: Our firm is a 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, Small Disadvantaged Business, Woman Owned, Minority, Native American, Small Business SECTION 2: CONTRACTOR ARRANGEMENT 1. Our firm will be proposing on this project as a: Sole Contractor Prime Contractor (if small business) performing at least 50% of the work with subcontractor(s), Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) SECTION 3: CAPABILITY 1. Has your firm designed or are you currently designing any military live fire range facilities? If so, provide customer and project reference information, including, scope of your firm's efforts, location, dollar value of project(s), and dates for designs completed within the past five years. 2. Does your firm have the ability to work anywhere within the Continental United States (CONUS) or Outside of the Continental United States (OCONUS)? In the past five years has your firm designed any projects OCONUS? Are there any CONUS or OCONUS limitations on where you can work? 3. Does your firm have qualified professional personnel capable of providing Architect-Engineer (AE) Services relative to military live fire range, or similar, facilities? If so, provide a summary of your firm's qualified personnel in project management, civil engineering, mechanical engineering, electrical engineering, structural engineering, cost engineering, environmental engineering, land surveying, and architecture. Identify one person at your firm that is professionally registered and certified for each discipline, and provide their years of experience relative to military live fire range facilities. 4. Does your firm have experience in projects with extensive grading and earthwork, fiber optic networking and installation, ANSI/TIA/EIA structured cabling standards, low-voltage underground power distribution, mechanical design of buildings with electrical and communication rooms, and computer-aided design? 5. Has your firm provided completed construction plans, construction specifications, construction cost estimates, DD Form 1391 development, and design-build request for proposals? If so, provide customer and project references and the extent of your firm's involvement. 6. Identify analyses conducted on military live fire range facilities (i.e. surface danger zone analysis, design analysis, engineering analysis, 3D topographical modeling, and line of sight analysis, etc...); provide customer and project references of projects within the past five years. 7. Does your firm have experience in providing Engineering Design Services during construction? If so, provide examples of at least two projects with customer and project references and the extent of your firm's involvement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-13-R-0029/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN03026346-W 20130404/130402234846-d677be24d3c2fe7d58817c7c024c651a (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.