SOLICITATION NOTICE
C -- ARCHITECT-ENGINEER SERVICES FOR THE COLORADO NATIONAL GUARD
- Notice Date
- 8/1/2013
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
- ZIP Code
- 80011-9511
- Solicitation Number
- W912LC-13-R-0011
- Response Due
- 8/29/2013
- Archive Date
- 9/30/2013
- Point of Contact
- Camelia Vasquez-Marshall, 720-847-8675
- E-Mail Address
-
USPFO for Colorado
(c.vasquezmarshall@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Property and Fiscal Office (USPFO), Colorado National Guard, intends to award a single firm-fixed price Architect-Engineer (A-E) Services contract. This announcement is being solicited as unrestricted. Small business size standard is $14.0 Million for NAICS 541330. The Point of contact for this announcement is Camelia Vasquez-Marshall. Submit questions to camelia.vasquez-marshall.civ@mail.mil. CONTRACT INFORMATION: The services to be rendered by the Architect-Engineer (A-E) under this contract include those requirements to prepare a complete design for and oversee the construction of a new Readiness Center, and all ancillary facilities located at Fort Carson, Colorado. The full development of the approximate 40 acre plus Readiness Center site will include a 58,000 square foot primary facility that will contain an assembly hall, classrooms, library learning center, kitchen, family readiness center, recruiting/retention center, storage, arms vault, physical fitness area, controlled waste, break room, and restrooms. The facility is intended to support the 217th Space Company, 117th Space Battalion, and 1158th Space Company. Supporting facilities will include military vehicle parking, access roads and POV parking. All site development and utility design shall be in accordance with Fort Carson DPW and IBC requirements. The selection of a firm is not based upon competitive bidding procedures, but rather the process for A-E firm selection described in FAR 36 using the competitive ranking of firms based upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. The competitive ranking will be followed by a negotiation with the most highly ranked firm and continuing to lower ranked firms only if satisfactory terms are not reached with the preferred firm as described in FAR 36.606. The United States Property and Fiscal Office (USPFO) for the Colorado National Guard intends to award one (1) Firm-Fixed-Price Architect-Engineer (A-E) Contract, with Options. Large business firms that intend to do contracting must convey their intent to meet the minimum small business goals on the SF 330, Section C. by identifying subcontracting opportunities with small businesses. 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 219.704/705 as a part of the Request for Proposal Package. The subcontracting plan is NOT required with the initial SF 330 submittal. DUTIES: Work will involve a broad variety of investigative, design and possibly construction monitoring services (Types A, B, and C services respectively). It is intended that the project will be designed in accordance with ASHRAE Standard 189.1 for the High Performance of Green Buildings. SELECTION CRITERIA; FAR 36.602-1(a): Failure of a firm to address its specified qualifications will result in the incontrovertible determination that the submittal is non-compliant with the submission requirements. Firms will be evaluated on the following factors and A&E selection criterion, included in descending order of importance: FACTOR 1 - Personnel (Professional qualifications necessary for satisfactory performance of required services) evaluates the individual experience of the persons that are to be assigned to the project team. Firms should provide information for one to three individuals from each design discipline that is anticipated to be assigned to key positions on the project team. The key positions should include: Project Managers; Quality Assurance Managers; Architects; Structural Engineers; Civil Engineers; Mechanical Engineers; Electrical Engineers; Fire Protection Engineers; Geotechnical Engineers; Environmental Engineers; and Land Surveyors. Firms may provide information on other personnel they feel are significant for the types of work described in the CONTRACT INFORMATION and DUTIES sections of this synopsis. FACTOR 2 - Specialized Experience and Technical Competence evaluates the experience of the firm and project team in completing projects requiring skills similar to those anticipated for the AE Contract. FACTOR 3 - Past Performance (previous 5 years) evaluates the firm's performance on contracts with Government Agencies and Private Industry in terms of Cost Control, Quality of Work, and Compliance with Performance Schedules. Demonstrate the firm's experience with design and construction projects at Ft. Carson. FACTOR 4 - Work Management (capability to accomplish work in the required time) evaluates the ability of the firm to, given its current projected workload and the availability of key personnel, to accomplish the project within the required time period. FACTOR 5 - Firm Location & Locality Knowledge evaluates both the distance of the firm's project office (the office that would provide the predominate percentage of design services) from the location and the extent of the firm's knowledge of the location and knowledge/experience concerning state, county and local requirements for the project. Firms should indicate their knowledge of, and the geographic proximity of their project office to, preferably, Fort Carson, or alternatively, to the Denver/Colorado Springs area. FACTOR 6 - Volume of Department of Defense (DoD) Awards (during the preceding twelve (12) months) in the interest of equitable distribution of work, evaluates the volume of DoD work awarded during the twelve month period immediately preceding the date of this announcement. FACTOR 7 - Small Business Participation evaluates the degree to which a Firm identifies and commits to the use of small business concerns as prime contractor, subcontractor, or joint venture partner. FACTORS 1 & 2 are each weighted EQUAL and are each, individually, MORE IMPORTANT than FACTOR 3, 4 & 5 which are each weighted EQUAL. FACTORS 1 & 2 are also SIGNIFICANTLY MORE IMPORTANT than FACTORS 6 & 7 which are weighted EQUAL and which will only be used as tie-breakers among firms that are otherwise essentially technically equal. Relative to FACTOR 5 Location & Locality Knowledge, it is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. The Source Selection will consider the performance risk associated when a firm's project team(s) is not co-located in the same office. SUBMISSION REQUIREMENTS: THIS IS NOT A REQUEST FOR PROPOSALS. Interested Architect-Engineer firms having the capabilities to perform the anticipated work are invited to submit three (3) completed and bound paper copy of their SF 330 (Parts 1 and II)(Architect-Engineer Qualifications). Additionally, firms may submit the data on CD/DVD but the CD/DVD shall not substitute for the hard copy submission. Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part 1, Section B. FONT SIZE shall be at least 10 pitch or larger on white letter-sized paper (8-1/2 inches by 11 inches), limited to 25 double-sided sheets, stapled, fastened or bound. Do not furnish design portfolios, prints, magazines, newspaper clipping and/or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Solicitation packages will not be provided. Qualification submissions must be received no later than 4:00 p.m., Mountain Standard Time, on August 29, 2013. Submission may be hand-carried to Buckley Air Force Base Contracting Office, 660 S. Aspen Street, Bldg 1005, Room 249, Aurora, CO or mailed to USPFO-P&C 660 S. Aspen Street, MS # 66, Bldg 1005, Aurora, CO, 80011 ATTN: Camelia Vasquez-Marshall. Facsimile transmissions will not be accepted. Late proposal rules in FAR 15.208 will be followed for submissions received after 4:00 p.m. Mountain Standard Time on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. All information relating to this synopsis, including pertinent changes/amendments and information prior to the date set for receipt of AE Qualification Submission will be posted on the following website: https://www.fbo.gov. Cover letters and extraneous materials ARE NOT desired and WILL NOT be considered by the selection boards. Personal visits, for the purpose of discussing this announcement or the Submittal, will not be allowed. To be eligible for contract award, a firm must be registered System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. Firms should be registered well in advance of the closing date for submission of the SF 330 as the process may take 3 - 5 days.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-13-R-0011/listing.html)
- Place of Performance
- Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
- Zip Code: 80011-9511
- Zip Code: 80011-9511
- Record
- SN03135168-W 20130803/130802000450-3598a9f8597b5854978d1c3eb5b1129e (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 |