Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
SOLICITATION NOTICE

C -- Architect and Engineering Services IDIQ for Various DLA Projects

Notice Date
5/31/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-13-R-0022
 
Archive Date
12/31/2013
 
Point of Contact
William Wallace, Phone: 8433298089
 
E-Mail Address
william.wallace@usace.army.mil
(william.wallace@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
**** 1. CONTRACT INFORMATION: The Charleston District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of three multi-discipline Indefinite Delivery Contracts (IDC). This solicitation is to pre-qualify a short list of firms that will be asked to submit price proposals. The Charleston District serves a wide variety of customers, within South Carolina, throughout the US and overseas. These A/E contracts are to provide a wide variety of A/E design services, and will be used primarily for the support of the DLA Distribution program, but may also provide services for other federal customers within the Charleston District Area of Responsibility. The IDC contract is as follows: Multi-discipline A/E firm to support CONUS/OCONUS work. The anticipated contract will provide for a full range of planning, architectural, engineering, program management, and construction management (Title II) support services to support the network of the Defense Logistics Agency (DLA) Defense Distribution Centers at all CONUS and OCONUS locations. Potential projects may include: inventory and definitive facility assessments; comprehensive planning; project planning; space utilization studies; interior design; energy studies, fire protection system testing and analysis; facility engineering investigations and; preparation of facility renovation and repair project design documents. The contracts will support the DLA Distribution facility design, construction, program management, project management, and construction management mission. Experience with facility related engineered management systems (EMS) software such as Builder or a similar facility inventory and assessment system is essential. Projects may be for a single facility, the repair/rehabilitation and/or new construction of a single facility and/or a large group of facilities. Design task orders could range from very small less than $25K to million dollar multi-building projects. This will be used primarily for DLA Distribution, but could be used for other Charleston District customers as well for equivalent types of work. Total contract limit of $9,900,000.00 This contract is being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. See numbered note 24 for general information on the A-E selection process. Firms will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. Contracts awarded as a result of this announcement will be administered by Charleston District for use on Charleston District projects and, if requested, for other Corps of Engineer Districts. Contracts may be issued up to one year after selection approval. Typically, the contract will be for one basic ordering period and four option periods with a total contract limit not to exceed $9,900,000. Projects to be designed are not yet determined and funds are not presently available. The North American Industry Classification System (NAICS) 541330; size standard $14 million. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently at multiple CONUS/OCONUS locations. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7004 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 70% of the work would go to small business; 6.2% to small disadvantaged business (a composite of small business); 7.0% to women-owned business (a composite of small business); 9.8% to HUBZone small business (a composite of small business); 0.9% to service-disabled veteran-owned small business (a composite of small business and veteran-owned small business); and 3.0% to Veteran-owned small business (a composite of small business). Written justification must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accordance with AFARS 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the U.S. Government System for Award Management (SAM). Register via the Federal Service Desk Sam Internet site at http://www.sam.gov or by contacting the FSD Help Desk at 1-866-606-8220. 2. PROJECT INFORMATION: Work may consist of a. Studies, Investigations, and Reports including drawings and sketches, and planning documents. b. Planning services, space use, and repair project planning, with associated planning documents c. Detailed facility assessments d. Preliminary Designs and Charrettes, including Project Definition Code 3 Design with Parametric Estimating e. Design packages, including but not limited to, Interim Design (30% and 60% levels), Final Design and Corrected Final Design, as defined in each individual Task Order. f. Specifications g. Design Analysis h. Design Calculations i. Interior Design services and submittals, including color boards, binders, SID and CID j. Request for Proposals (RFP's) for Design-Build and Design-Bid-Build projects. k. Cost Estimates and quantity surveys in the format and detail required in each individual Task Order. l. Life Cycle Cost Analysis m. Value Engineering studies, recommendations and conferences n. Design reviews, including District Quality Control (DQC), Agency Technical Review (ATR), and Independent External Pier Review (IEPR) and design review conferences o. Energy Modeling and Energy Audits p. LEED documentation and submittals q. Photogrammetric mapping and aerial photo services. r. Subsurface investigations and foundation analyses. s. Surveying, including topographic (both traditional methods and GPS), GIS, boundary, and construction staking. t. Permits u. Utilization of Government designs, drawings, specifications, and standards for buildings and other structures as necessary to meet the requirements of the proposed project. v. Construction phase services Submittal requirements will be defined in each task order. The AEC CAD standard will typically be used; but the software used to develop the submittals may differ. The CESAC PM will provide direction as to which software package and version is to be used (or saved back to) on each task order. The A/E shall be prepared to provide submittals using the following commercially available software. CAD drawings will be developed using MicroStation, AutoCAD or BIM CADD technology. Specifications will be developed using SPECSINTACT or Microsoft Word software for contract specifications. MCACES software will be used for cost estimates. Responses to Government review comments will be provided on the Corps of Engineers Design Review and Checking System (DrChecks). 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a technical/risk rating from outstanding to unacceptable. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: More Important - means that the factor is greater in value than another factor. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation: Factor 1 (Specialized Experience and Technical Competence) and Factor 2 (Key Personnel) are weighted equally and each factor individually is more important than either Factor 3 (Past Performance), Factor 4 (Knowledge of Locality) or Factor 5 (Work Management); Factors 3, 4 and 5 are weighted equally, and each factor is individually more important than either Factor 6 (Capacity to Accomplish Work) or Factor 7 (Small Business Participation); Factor 6 is more important than Factor 7 (Small Business Participation will only be used as a *tie-breaker* among firms that are essentially technically equal). Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE(S) PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. **** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): a. Design of projects for DLA Distribution. b. Rehabilitation of existing facilities or utility systems of various types, sizes, and complexities c. Design of projects on DOD Installations d. Preparation of the development of the technical information for design-build Request for Proposals; e. Construction phase services including shop drawing review and preparation of O&M manuals. f. Firms must address and demonstrate experience with facility related engineered management systems (EMS) software such as Builder or a similar facility inventory and assessment system g. Cost engineering using MCACES; Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on recent (within the last 5 years) similar projects, and most recent firm and employee history of experience on similar projects. **** FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis and in the following key disciplines, that are required to be licensed, registered, and/or certified: architect (2), structural engineer (2), civil engineer (2), mechanical engineer (2), electrical engineer (2), fire protection engineer (1). Resumes shall be provided for other key personnel as follows: project manager (2), interior designer (1), and cost estimator (1). Registration/certification for all is encouraged. The fire protection engineer must be either: an engineer having a BS or MS degree in fire protection engineering, from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; or, a registered PE who has passed the NCEE fire protection engineering written exam; or a registered PE in a related engineering discipline with a minimum of 5 years experience dedicated to fire protection engineering. Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. The team must be capable of certifying that all work is in compliance with U.S. and host nation laws and regulations. **** FACTOR 3 - PAST PERFORMANCE. Past performance on DLA Distribution and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous five years. ****FACTOR 4 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of DLA Distribution projects in the geographic area where work is anticipated to be accomplished. Firms must address and demonstrate familiarity with the DLA Distribution sites and provide information related to past and or current projects worked at CONUS and OCONUS DLA Distribution Installation locations. ****FACTOR 5 - CAPACITY TO ACCOMPLISH WORK: Firms must address and demonstrate the capacity to execute several large Task Orders or multiple small Task Orders simultaneously at multiple CONUS/OCONUS locations. The evaluation will also consider the capacity of key personnel available and dedicated to complete routine Task Orders within mandated schedules. Provide no more than five (5) specific examples in Section H, to include the total design value(s) for each large Task Order, small Task Order, and routine Task Order accompanied with the original submittal schedule(s) and the actual completion schedule(s). The information submitted must indicate and support the ability to successfully manage and execute multiple projects of varying dollar magnitudes. The evaluation will consider key personnel identified in Sections D, E and G, as well as other available staff. **** FACTOR 6 - WORK MANAGEMENT. A proposed management plan shall be presented in Section H of SF 330. The plan will be judged on experience producing quality designs based on an evaluation of the firm's design quality management plan. The design quality management plan should include an organization chart in Section D of SF 330 and briefly address the management approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. **** FACTOR 7 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types of small businesses as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: a. Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institution s (HBCU/ MI) have been identified for participation as part of the offeror's team. c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. Technical inquiries are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet All questions regarding this Request for Submission must be submitted in writing via Bidder Inquiry in ProjNet within no less than 10 calendar days prior to the due date established for receipt of SF330's. The Government reserves the right to decline addressing questions received less than 10 calendar days prior to receipt of SF 330 due date. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and clicks continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Bidder Inquiry Key is: YWS847-2C65G2 **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must mail Parts I and II of the SF 330 by 11:00 a.m local time on July 2, 2013 to ATTN: William Wallace, Charleston District, 69 A Hagood Avenue, Charleston, SC 29403. NO DIGITAL OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Submit two (2) hard copies and two (2) electronic copies of the proposal. Each hard copy shall be bound. The copy shall be clearly indexed, tabbed and logically assembled. All pages of each volume shall be appropriately numbered and identified. The electronic proposal files shall be provided on CD or DVD in.pdf format. Compressed (zipped) files are acceptable as needed to fit on a single CD or DVD, zip using WinZip version 6.2 or later. Files shall be in read-only format, using PDF files. Each disc shall be externally labeled with the volume number, date, and the offeror's name. **Please note - Self extracting exe files are not acceptable. ** If the hard-copy proposal differs from the electronic version, the hard copy will govern. Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is associated. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to William Wallace at (843) 329-8089. **** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c5462e1fb994d842dca12871f4201080)
 
Record
SN03076564-W 20130602/130531235901-c5462e1fb994d842dca12871f4201080 (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.