Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
MODIFICATION

C -- Indefinite Delivery Contracts for Architect-Engineer Services, Northwestern Division, USACE

Notice Date
6/5/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-14-S-M009
 
Response Due
6/13/2014
 
Archive Date
8/4/2014
 
Point of Contact
Edward Jackson, 402-995-2087
 
E-Mail Address
USACE District, Omaha
(edward.j.jackson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE. Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses (SB), Small Disadvantaged Businesses (SDB), Service Disable Veteran Owned Small Businesses (SDVOSB), Economically Disadvantaged Women Owned Small Businesses (EDWOSB)*), as well as other-than-Small Business firms ( quote mark Large quote mark businesses), that are capable of providing services under North American Industrial Classification System (NAICS) code 541330 Engineering Services, which has a small business size standard of $14M in annual average gross receipts over the past three (3) years. All qualified, interested, capable firms are highly encouraged to respond to this sources sought announcement. *NOTE: Reference the Women Owned Small Business (WOSB) Federal Contract Program. NAICS Code 541330 has been designated as an EDWOSB NAICS Code. Only EDWOSB, then, could be eligible for prime contract award; WOSB firms would not be eligible. SCOPE OF REQUIREMENT The Government has a need to replace existing Indefinite Delivery Contracts (IDCs) for Architect-Engineer (A-E) Services that are nearing expiration**. The scope of the IDCs is Preparation of Studies, Analysis and Design Services for Military and Civil Works Projects within the Northwestern Division (NWD), U.S. Army Corps of Engineers (USACE). NWD serves the states (all, or part of, depending on boundaries for the different Military and Civil programs) of WA, OR, ID, NV, UT, MT, WY, CO, ND, SD, NE, KS, IA, MO, MN and WI; NWD boundaries map can be viewed at http://www.nwd.usace.army.mil/Locations.aspx. The A-E services will include studies, analysis and design in support of (1) new, additions and renovation of facilities including administrative, operations, training and maintenance facilities; (2) new or repair of infrastructure for facility-related site utilities and grounds, as well as site planning design, surveying, landscaping and roads and bridges; and (3) specialized building systems such as fire protection, security, detection and alarm systems and Energy Management Control Systems. Services will also include development of construction cost estimates, integration of current USACE sustainable design requirements, as well as construction submittal reviews. Anticipated key disciplines include project management, facility planning, architecture, interior design, mechanical, electrical, fire protection, building commissioning, structural, Anti-Terrorism/Force Protection (AT/FP), civil, communications engineering, cost estimating, geotechnical, and land surveyor. It is expected that the IDCs will primarily support military projects. **The set of existing IDC contracts for this scope/requirement nearing expiration that require replacement consists of the following five (5) IDCs (contract number, contractor name). Each contract was awarded with a value of $9M (total capacity of $45M) and a five-year ordering period (one-year base period, plus four one-year option periods). Note below under 'TYPES OF CONTRACTS' paragraph, however, that the combined total contract capacity will not exceed $36M for all new IDCs awarded, and the exact number of IDCs to be awarded is undetermined at this time. W9128F-10-D-0010 Kenneth Hahn Architects, Inc. [Small Business; awarded 02 Nov 2009, expires 01 Nov 2014] W9128F-10-D-0011 HB&A LLC [Small Business; awarded 02 Nov 2009, expires 01 Nov 2014] W9128F-10-D-0012 Crowley, Wade, Milstead, Inc. [Small Business; awarded 10 Nov 2009, expires 09 Nov 2014] W9128F-10-D-0013 Black & Veatch Special Projects Corp [Other-Than-Small Business; awarded 22 July 2010, expires 21 July 2015] W9128F-10-D-0014 Burns & McDonnell Engineering Company, Inc. [Other-Than-Small Business; awarded 08 Mar 2010, expires 07 Mar 2015] TYPES OF CONTRACTS Contracts will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. It is projected that each contract awarded will have an ordering period of five (5) years from the date of award, via some combination of base and option years (e.g. one-year base plus four one-year option periods, two-year base plus one three-year option period). The combined total contract capacity will not exceed $36M for all IDCs awarded. The number of IDCs to be awarded is undetermined at this time. Task orders will be firm-fixed-price. Task orders against existing IDCs to be replaced have ranged from approximately $3,000 to $3,500,000, with the overall per-task-order average being approximately $300,000. Task order contracts for A-E services and construction design in connection with a military construction project or a military family housing project estimated at less than $350,000 will be set aside for small business concerns; conversely, task order contracts for these same types of services estimated at $350,000 or greater will not be set aside for small business concerns (i.e. such task order contracts estimated greater than = $350,000 must go to Large Business; reference 10 U.S.C. 2855 and DFARS 219.502-1(2) and 219.502-2(a)(iii)). The Government expects these particular rules to apply to the majority of task orders to be issued under the new IDCs that may be awarded to replace existing contracts. Any Large Business(es) selected will be required to submit a detailed Small Business Subcontracting Plan (reference FAR 19.7 and FAR Clause 52.219-9) during contract negotiations. The Small Business Subcontracting Plan is not required as part of the response to this sources sought announcement, but one must be approved by the Contracting Officer prior to award of an IDC to any Large Business. Small Business Subcontracting Plan requirements would not apply to Small Businesses (of any type/sub-set). For contracts awarded to any member(s) of the Small Business Community, FAR Clause 52.219-14 'Limitations on Subcontracting' will apply, which states, in pertinent part, that 'At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.' SUBMISSIONS/RESPONSES Responses to this Sources Sought Announcement/RFI shall be limited to ten (10) pages in a single PDF document and should include the following information (item numbers (1) through (8) below). Additional pages beyond ten (10) will not be considered; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. (1) Firm name, address, point of contact, phone number and e-mail address. (2) Firm DUNS Number and CAGE Code. (3) Firm business size in relation to NAICS code 541330 Engineering Services [which has a small business size standard of $14M in annual average gross receipts over the past three (3) years], AS WELL AS TYPE(S)/CATEGORY(IES) OF SMALL BUSINESS, IF/AS APPLICABLE. [Items (4) - (8) are generally representative of the primary selection criteria the Government anticipates using for this acquisition, although not guaranteed to be exhaustive for purposes of this market research.] (4) Experience. Provide three (3) project examples, where experience should have occurred in the last five (5) years. Project examples should demonstrate specialized experience and technical competence to execute the types of projects and activities as indicated in paragraph above titled 'SCOPE OF REQUIREMENT', as well as the following additional relevant items: a)Experience in horizontal and vertical design of military construction or military operations and maintenance projects; b)Experience with construction phase services including participation in on-site partnering/pre-construction meetings; review of construction contractor's submittals for government approval and for information only; participation in site visits and furnishing inspection reports at critical points of construction; participation in start-up and commissioning of systems; attending warranty inspections; participation in lessons-learned sessions; preparation of operations and maintenance support information manuals; c)Experience in adapting standard design packages; d)Experience with USACE design guidance, including Unified Facility Criteria documents, engineer technical letters (ETL's), and other military design criteria documents; e)Experience with preparing specifications using SpecsIntact software; f)Experience with preparing cost estimates using Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software; g)Experience with Department of Defense AT/FP design criteria and construction standards; h)Experience with life safety and fire protection design of military or civil facilities; and i)Experience with Sustainable Design or Green Building (LEED) design and construction concepts including energy efficiency, use of recovered materials, waste reduction, and pollution prevention, using the LEED evaluation and certification process. FOR EACH PROJECT EXAMPLE PROVIDED, include a brief description of the project (scope), dollar value, offeror's role as a prime contractor or subcontractor, project duration (start/end dates), customer/owner name with point of contact and contact information (phone number and email address) of someone from the customer/owner who can verify the information provided. The Government reserves the right to verify, confirm, follow-up on, etc. information provided with response, as it determines necessary. (5) Key personnel. Demonstrate professional personnel qualifications sufficient to meet the scope of this requirement, e.g. via a list or table of registered professionals in the key disciplines listed in 'SCOPE OF REQUIREMENT' paragraph above. Firm of employment for all personnel identified shall also be noted. (6) Capacity to accomplish the work. Demonstrate capability and capacity to perform services on multiple task order awards concurrently. Be specific regarding dollar amounts and ability to meet schedules. (7) Past performance. Provide past performance evaluations/ratings for projects submitted for item (1) above, if available. (8) Work management. Discuss/demonstrate items such as team organization, quality control procedures, cost control and coordination of in-house disciplines and subconsultants/subcontractors. Include in this section any Teaming Arrangement, Joint Venture or Mentor-Prot g information, if/as applicable. -------------------- Responses to this Sources Sought Announcement are due no later than close of business, Friday, 13 June 2014. Email your response to Mr. Edward Jackson, Contract Specialist, at edward.j.jackson@usace.army.mil. Other forms of submission (e.g. regular mail, hand-delivered, facsimile) will not be accepted. Responses received after the stated due date/time will not be considered. No additional information will be provided during the announcement period. Personal visits to discuss this announcement will not be allowed. Service providers must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-14-S-M009/listing.html)
 
Place of Performance
Address: USACE Omaha District 1616 Capitol Ave. Omaha NE
Zip Code: 68102-4901
 
Record
SN03386819-W 20140607/140605235250-0fbc6c5f34203e7a19fc42cc9fcd4169 (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.