Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3, 2001 PSA #2821
SOLICITATIONS

C -- UP TO THREE INDEFINITE DELIVERY CONTRACTS FOR MULTIDISCIPLINARY SERVICES (ARCHITCTURAL, CIVIL, STRUCTURAL, MECHANICAL, ELECTRICAL, ENVIRONMENTAL) WITHIN THE SOUTHWESTERN DIVISION BOUNDARIES, THE UNITED STATES AND ITS TRUST TERRITORIES

Notice Date
March 30, 2001
Contracting Office
U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300
ZIP Code
76102-0300
Solicitation Number
DACA63-01-R-0010
Response Due
May 7, 2001
Point of Contact
Melanie M. Hubbard, Contract Special, (817/978-3114)
E-Mail Address
Melanie Hubbard, Contract Specialist, (817/978-3114) (melanie.hubbard@SWF02.usace.army.mil)
Description
1. CONTRACT INFORMATION: Multidiscipline Design or other Professional Services, procured in accordance with PL-582 (Brooks A-E Act) and FAR Part 36, are required for design, to potentially include but not limited to any or all of the following: drafting, planning, military construction programming, civil works studies and design, construction cost estimating, topographic or boundary surveys, on site construction management, various engineering studies and site investigation, value engineering services, subsurface geotechnical investigation and testing, design services for new construction and/or renovation, demolition and alterations of existing facilities for miscellaneous Military and Civil Projects within or assigned to the Southwestern Division, U.S. Army Corps of Engineers, primarily the Fort Worth District. Environmental studies/surveys and abatement design services may also be required. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. The North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which corresponds to SIC Code 8711. The initial contract is anticipated to be awarded on or about July 2001. This announcement is open to all businesses regardless of size. Estimated A-E Fee Including Options: $3,000,000 maximum ($1,000,000 basic; $1,000,000 each for 2 option periods), with a maximum Task Order amount of $1,000,000. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The Fort Worth District goal on work to be subcontracted is that a minimum of 61.4% of the Contractor's total intended subcontract amount be placed as follows: 9.1% be placed with Small Disadvantaged Businesses (SDB); 2% be placed with Historically Black Colleges/Universities or Minority Institutions; 5% be placed with Women Owned Small Businesses (WOB); 3% with American Veteran-Owned Small Businesses, of which a part with Disabled American Veteran-Owned Small Businesses; 2% with HUBZone Small Businesses, and the remaining 40.3% be placed with Small Businesses (SB) for a total of 61.2%. The plan is not required as part of this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties. Up to three A-E Indefinite Delivery Contracts (IDC's) may be awarded, consecutively, under this announcement. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables, current capacity to accomplish the order in the required time, uniquely specialized experience, location of firm, and projected work site. Price shall not be used as a criterion. 2. PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E services are to be utilized. At the Option of Fort Worth District Corps of Engineers, Task Orders issued against contracts awarded under this announcement may be issued by or for other Government agencies. Projects are anticipated to be primarily but not limited to design of the Army and Air Force Military Construction Program executed by Fort Worth District which consists of projects primarily in Texas, New Mexico and Louisiana. The work may involve design, drafting, planning, studies, site investigations, survey for hazardous, toxic or regulated materials, topographic or boundary surveys, on site construction surveillance/contractor submittal review and subsurface geotechnical investigations/testing. Design projects are expected to include maintenance/repair or alterations to existing facilities, new construction and demolition of existing facilities. Work may also include engineering studies or value engineering services. Design considerations also include landscaping, architectural hardware, electronic communications, environmental or EPA regulatory considerations including stormwater pollution prevention plans. Project deliverables may include engineering studies, environmental surveys, CADD produced plans, specifications prepared utilizing Specsintact (government furnished software), construction cost estimates prepared utilizing M-CACES (government furnished software), design analysis and weekly status report; all in hard copy and as electronic files. Electronic files are required to be provided on compact disk. For more information about Specsintact, the electronic advertising process, etc, go to http://www.swf.usace.army.mil/links/e&c/ec-a/. 3. SELECTION CRITERIA: See CBD Note 24 (Monday issue) for general description of the A-E selection process. Selection criteria in descending order of importance are as follows (Criteria (a)-(d) are primary criteria; items (e)-(i) are secondary and are used as tie-breakers among technically equal firms): (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255.): (1) The selected team must demonstrate recent (within the past 5 years) and significant experience in the design of facilities and infrastructure at Military Installations, paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, value engineering and environmental issues. It is suggested that Block 8 of the SF 255 be modified to include one relevant project per page to ensure that scope of relevant projects is clearly defined, that participation by the proposed design team is defined on past projects, etc. Do not exceed ten pages for Block 8. (2) Firms must have personnel with at least three years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 80 and 101 and MIL-HDBK-1008C. (3) Demonstrate experience in design and survey required for abatement of asbestos, lead-based paint and the handling/disposal of other toxic and regulated substances. To minimize destructive testing required for lead-based paint survey, the team shall utilize a suitable X-ray fluorescence device during on-site surveys for lead based paint. Survey team members must have demonstrated experience in use of this device. (4) Firm must demonstrate past designs, which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA) requirements. (5) Firm must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (6) Firms must demonstrate experience in evaluating contractor's submittals and performing construction surveillance. (7) Firms must demonstrate the ability to prepare specifications using Government furnished program, Specsintact. (8) Firms must demonstrate the ability to prepare construction cost estimates, using Government-furnished M-CACES. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of M-CACES software. Address projects on which M-CACES has been utilized. (9) Firms must demonstrate the ability to submit drawings in both AutoCAD and Bentley Microstation utilizing current versions. (10) Firms must demonstrate the ability to provide data files on CD-ROM discs. (11) Firms must demonstrate the ability to create CAL raster files of all CADD drawings. (12) Firms must demonstrate the ability to create PDF files of specifications and other documents. This includes scanning documents where direct file conversion to pdf is not possible. (13) Firms must demonstrate the ability to access the internet. This includes the ability to submit data by File Transfer Protocol (FTP) utilizing an FTP client. Firms must demonstrate the ability to access and send e-mail several times daily during the contract. (14) All narrative text, other than specifications, shall be completed using Microsoft Word and Excel on Windows 95/98/2000/Me/NT compatible equipment OR the wordprocessing software utilized must be importable by MS Word (2000) and the spreadsheet utilized must be importable by MS Excel (2000) working in a Windows 95 or later environment. MS-Access capability or a database which can be imported into MS-Access (2000) is also required. (15) Firms must demonstrate the ability to complete metric designs. (b) Professional Capabilities: Indefinite Delivery Contracts will require for each A-E Contractor (either in-house or through consultant) as a minimum, the following: three Registered Architects, one Landscape Architect, one Architectural Hardware Specialist, three Registered Electrical Engineers, three Registered Mechanical Engineers, three Registered Civil Engineers, three Registered Structural Engineers, one Fire Protection Specialist, one Life Safety Specialist, two environmental survey personnel, two environmental design personnel, a testing lab, one Value Engineer, two Cost Estimators, and one Registered Surveyor and other survey personnel. None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. If desired, modify the resume page of the SF 255 (Block 7) to provide one resume page per employee to provide adequate information relevant to past projects, specific expertise required, etc. Repeat Resume Page as needed to provide all required resumes. (c) Firms must demonstrate adequate team capacity to design three task orders concurrently meeting all schedules. (d) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, items (e) through (i), are secondary criteria: (e) Demonstrate past performance in preparing DOD, preferably Corps of Engineers, design-build solicitations. (f) Geographical Location: Firms should show familiarity with the Texas, New Mexico and Louisiana areas and their applicable architecture, building codes, environmental regulations, seismic requirements and regulatory agencies. (g) Volume of DOD contract awards. In Block No. 10 of the SF 255, firms must show their last 12 month's DOD awards stated in dollars. (h) Subcontracting: Firms must show the extent of participation of SB, SDB, HBCU/MI and WOSB in the proposed contract team, measured as a percentage of the estimated effort. (i) In Block No 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. 4. SUBMITTAL REQUIREMENT: (a) See Note No. 24 for general submission requirements. Interested firms, to be considered, must provide one submittal package including no later than 4:00 p.m. on the 30th day after the date of this announcement appears in the hard copy of the CBD. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is 4:00 p.m. of the next business day. The 11/92 version of the forms or computer generated equivalents must be used. Submittals should be sent to US Army Corps of Engineers, ATTN: CESWF-EC-AM, Wayne McDonald, Room 4A17, 819 Taylor Street, Fort Worth, TX 76102-0300 (P.O. Box 17300). Mr. McDonald can be reached at 817-978-2240; ext 1574. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and each proposed consultant even if an SF 254 is already on file. SF 254's shall be provided for the specific prime and subcontractor offices proposed to perform the work. Indicate in Block No. 4 of each SF 254 if the firm is a Large, Small, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $4 million. (c) Submit only one SF 255 for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. (d) Include CBD announcement number in Block No. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract by discipline (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block No. 7 of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated in paragraph 3b. (g) Personal visits to discuss this announcement will not be scheduled. (h) Solicitation packages are not provided for A-E contracts. In Block 10 of the SF 255, state and address each of the following numbered requirements including subparagraph numbers and headings as indicated below. Reference individual resumes to minimize duplication if desired. Block 10 should be limited to twenty pages. The A-E shall not include company literature with the SF 255: (1) Volume of DOD awards in the past 12 months relative to date of this announcement. Provide an itemized summary including Agency, Contract Number, Project Title, and Award amount. (2) Address key personnel (by name) experience and training in use of M-CACES Estimating software: (3) Address key personnel (by name) experience in Fire Protection/Life Safety Design including NFPA 80/101 and MIL-HDBK-1008C: (4) Address key personnel (by name) experience with UFAS/ADA design: (5) Address key personnel (by name) experience with evaluation of contractor submittals-construction surveillance: (6) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating pdf files to include scanning capability: (7) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating AutoCAD and Microstation CAD files. Also detail experiences in conversion from the system you commonly use to the target systems: (8) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating cal files and viewing uncompiled cal files: (9) Address Design Team experience with use of an XRF device: (10) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with editing Specsintact files: (11) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating CD's: (12) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with MS Word/Excel/Access or alternate word-processing, data base and spreadsheet software: (13) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with internet access, e-mail, virus software and ftp client: (14) Address Design Team past performance with respect to cost control, quality of work, and compliance with schedules. Clarify participation by proposed team personnel proposed by this SF 255. Project designs should have been initiated within the past 5 years. Provide relevant references if response not related to projects in Block 8: (15) Address Design Team success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design: (16) Address the capacity of the Team in preparing design of three projects simultaneously under this proposed contract: (17) Address past experience if any in preparing design-build solicitations for DOD, in particular for the Corps of Engineers: (18) Address experience of Team members if any in conducting a formal Value Engineering evaluation of a project design: (19) Provide Design Quality Control Plan as specified elsewhere: (20) Address subcontracting issues and extent of participation of SB, SDB, etc: (21) Provide other relevant information: This is not a request for proposal (see Note No. 24).
Web Link
Corps of Engineers, Fort Worth District, Contracting (http://ebs.swf.usace.army.mil)
Record
Loren Data Corp. 20010403/CSOL003.HTM (W-089 SN50H8S5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 30, 2001 by Loren Data Corp. -- info@ld.com