COMMERCE BUSINESS DAILY ISSUE OF JUNE 18, 2001 PSA #2874
SOLICITATIONS
C -- A-E SERVICES FOR PROJECT MANAGEMENT SUPPORT RELATED TO THE COMPREHENSIVE PLAN FOR THE EVERGLADES AND SOUTH FLORIDA RESTORATION PROJECT (CERP)
- Notice Date
- June 14, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Jacksonville District, P.O. Box 4970, Jacksonville, Florida 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- DACW17-01-R-0025
- Point of Contact
- Reena Mobley, 904-232-1146, Primary; or Claudia H. Hundley, 904-232-1147
- E-Mail Address
- Click here to contact the Contract Specialist (Reena.Mobley@saj.usace.army.mil)
- Description
- NOTE: This procurement is contingent upon approval of the Acquisition Plan by the USACE Principal Assistant Responsible for Contracting. This synopsis is being released prior to receipt of approval of the Plan to allow interested parties sufficient time to make travel arrangements to attend the Industry Day which is scheduled for 27 June 2001. This solicitation is unrestricted and is open to large and small business firms. Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. Interested firms are invited to attend an Industry Day Informational Meeting on 27 June 2001 at 9 a.m. in the Florida D room of the Omni Jacksonville Hotel, 245 W. Water Street, Jacksonville, Florida. One contract will be awarded from responses to this announcement. The contract will be an Indefinite-Delivery Indefinite-Quantity Contract with a three-year base ordering-period and four three-year option periods. The contract will be Fixed Price with an economic price adjustment clause. Work will be assigned by negotiated firm-fixed-price task orders. Maximum order limits are $18,729,600 for the base ordering period, $21,068,252.77 (1st option), $23,698,919.09 (2nd option), $26,658,060.92 (3rd option), and $29,986,693.04 (4th option). The limit per task order is $6,000,000. The primary purpose of this proposed contract is to provide professional A-E services for Program/Project Management Support, Real Estate and Land Management, Engineering Design Standard and Peer Review Processes, Environmental Engineering and Permitting Support, and Construction Management Support. Required services are services normally performed by licensed A-E firms and other incidental services as identified below. This contractor also will assist in the review of subcontracting and mentoring plans for other contracts to ensure they are making appropriate contributions to program-wide goals. The contractor will be required to perform all services in a professional and timely manner. Performance will be monitored and evaluated in accordance with EFARS 36.604. The work is located within the geographic boundaries of the Jacksonville District, primarily in South Florida. CONTRACT LIMITATIONS REGARDING POSSIBLE CONFLICTS OF INTEREST: The contract will include the following limitations in order to prevent possible conflicts of interest. h If the contractor or its subcontractors is assigned work involving development or review of government estimates, the contractor and subcontractors will be excluded from participation in the acquisition for which the government estimate was prepared. h If the contractor or one of its subcontractors is also selected by the South Florida Water Management District (SFWMD) as their CERP Program Management Support contractor, the contractor and its subcontractors may be precluded from working on development of feasibility reports for any features not previously approved as a part of the CERP, as provided under Section 219 of WRDA 2000, if, in its capacity as the SFWMD CERP Program Management Support contractor, the firm has been assigned to work on the same feasibility report. h In the event the contractor or its subcontractors receives access to information that would place the firm(s) in a superior competitive position for follow-on procurements and this situation cannot be corrected by disclosure of this information to all other potential offerors, the contractor and its subcontractors may be excluded from competition for the follow-on procurements. h The contractor will be required to consult with the Contracting Officer regarding methods to avoid potential situations where its affiliates may have competitive advantage on follow-on procurements. In the event any affiliate may appear to have an unfair competitive advantage that cannot be cured, the affiliate may be restricted from competing on the follow-on procurements. h If the contractor or its subcontractors works on design requirements under this contract, FAR 36.209 and EFARS 36.209 will apply to follow-on construction contracts. SPECIAL CONTRACT CONSIDERATIONS for SUBCONTRACTING: Recognizing that 50% of the funding for CERP will be provided by the sponsor and that WRDA 2000 s intent is to foster local participation, it is the Government s intent to negotiate an aggressive subcontracting plan for the proposed contract that includes a firm commitment to ensuring local (considered to be Florida-based) small business concerns are provided maximum opportunities to participate. WRDA 2000 requires, in part, In executing the Plan, the Secretary shall ensure that small business concerns owned and controlled by socially and economically disadvantaged individuals are provided opportunities to participate under section 15(g) of the Small Business Act (15 U.S.C. 644(g)). To provide further incentive to the successful firm, the clause at FAR 52.219-10, Incentive Subcontracting Program, will be included in the contract unless the firm has a comprehensive plan (see DFARS section 219.702(a)). The following minimum mandatory floors will apply to the total anticipated subcontracted dollars under the contract: 64% for small business concerns; 9.l% for small disadvantaged business concerns; and 1.5% for HUBZone business concerns. The term floors is used instead of goals as the Corps of Engineers objective is to exceed the percentages rather than merely meet the percentages. Large firms should keep these floors in mind when considering qualifications of potential subcontractors and ensure that each proposed subcontractor s socio-economic status is clearly identified in the submission of qualifications. An approved subcontracting plan will be required prior to award. At the discretion of the Contracting Officer, the Plan may be renegotiated whenever an option is exercised. To document compliance with the spirit and intent of subcontracting opportunities, in addition to the standard subcontract reports, the contractor will be required to prepare and submit reports based on type of ownership and location of firm. PROJECT INFORMATION The work will consist of Program/Project Management Services (estimated 80% of total effort), Real Estate/Land Management (estimated 5% of total effort), Engineering Design Standard and Peer Review Processes (estimated 5% of total effort), Environmental Engineering and Permitting Support (estimated 5% of total effort), and Construction Management Support (estimated 5% of total effort). FACTORS FOR EVALUATION IN ORDER OF PRIORITY ARE: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise with the following: Performing peer reviews of technical and programmatic submittals and other documents and providing comments; assisting with programmatic and/or systematic technical issues; assisting with development and preparation of detailed Project Management Plans; assisting with scoping, scheduling, tracking, reviewing and coordination of various Project Implementation Reports; assisting with technical review of economic evaluations of specific projects and consolidation of overall program economic performance; preparing fact sheets, technical issue papers, and program strategy papers; developing and maintaining detailed project planning, design, and construction schedules and alternate schedules; reviewing detailed engineering cost estimates prepared by others and preparing detailed program and project cost projections; preparing, editing, and managing production of technical documents; forecasting data needs and uses; developing performance management controls; providing support and administrative services for technical presentations; preparing draft scopes for work to be brokered or contracted; attending, organizing, and facilitating meetings; providing assistance in value-engineering initiatives for single projects and regional plans; providing technical assistance and support to plan, develop and manage ENTERPRISE GIS and MICROSTATION CADD-based data management and geo-referenced mapping services and support by others; providing conceptual planning and design services with estimates for projects including all engineering features, lands, easements, rights-of way and site utilities; providing technical support for project operations associated with the overall restoration effort in South Florida; assisting in the development of real estate acquisition and land management strategies associated with overall program implementation to ensure necessary acquisitions are planned and accomplished in accordance with overall project schedule; recommending improvements to the current land acquisition process and land management activities to better support project and program implementation; consolidating and compiling overall land acquisition status to ascertain impacts on overall program as well as total implementation status; developing A-E design standards and criteria, engineering modeling standards, and A-E peer review processes to be used by the project delivery teams; providing assistance in identifying, scheduling, tasking, and tracking any required environmental permits, water quality certifications and other regulatory requirements needed by the Federal Government for construction, operation and maintenance of projects; conducting limited engineering studies and special investigations and technical analyses related to program strategies; providing assistance in identifying needed NEPA documents, scheduling of those documents consistent with the project implementation sequence, and tracking the development and completion of those documents; providing assistance in the performance of quality assurance (QA) inspections and preparation of reports; assisting in the review of design documents (30%/60%/BCOE), construction shop/working drawings and specifications for general constructability, compliance with construction goals outlined in each project's construction implementation plan and lessons learned from previous program construction activities; reviewing construction contractor s submittals for conformance with construction working drawings and specifications and making recommendations regarding the submittal's acceptability or necessary revisions; reviewing construction contractor s quality control plan, safety plan, progress schedules, and network analysis diagrams, and making recommendations for corrections and adjustments; assisting Government in preparing and presenting materials to the public and in overall coordination and oversight of numerous other ongoing contracts to support this effort. 2. SIZE AND EXPERTISE OF STAFF: Engineering staff must include, either in-house or through association with qualified subcontractors, U.S. registered personnel (if registration applies), the following disciplines: architects, landscape architects; civil, mechanical, structural, geo-technical, hydraulic, hydrology, soil, sanitary, electrical, environmental engineers, cost engineers, estimators, and land surveyors. Staff must include personnel capable of preparing and maintaining project schedules, databases, and presentations using P3e, MS Project 98, Corps of Engineers developed software, MCACES estimating software, and PowerPoint. Personnel should be experienced in preparation of project data, project management plans, periodic status reports, budget briefings, high level briefings, and attending and participating in conferences with Federal and non-Federal agencies. All necessary supervisory and administrative personnel for preparing reports and contract documents are required. 3. PAST PERFORMANCE: Past performance on contracts with government agencies and private industry will be reviewed. Factors to be reviewed are: cost control, quality of work, compliance with performance schedules, achievement of subcontracting goals if firm is other than small business, and compliance with subcontracting reporting requirements if firm is other than small business. Experience data available to the Government through the A-E Contract Administration Support System (ACASS) will be utilized to obtain performance evaluations on prior contracts. Contractors should include prior ACASS and private industry performance evaluations relevant to performance on contracts with similar scope as part of their submission. 4. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: The firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued. THE FOLLOWING SECONDARY CRITERIA, IN ORDER OF PRECEDENCE, MAY BE USED AS TIE-BREAKERS: 5. SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS PARTICIPATION: If a large business firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Firms that are short listed and that are other than small business will be required to submit a Subcontracting Plan that will be used as the first tie-breaking factor. The Plan should address the Special Contract Considerations for Subcontracting stated in this announcement. The firm's Plan will be evaluated based on its corporate policy, outreach and long-term commitment to small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, women-owned small business concerns, and HBCUs/MIs located in Florida. Additionally, the Plan will be evaluated in accordance with AFARS Appendix CC, Subcontracting Plan Evaluation Guide. 6. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. SUBMISSION REQUIREMENTS Firms meeting the requirements described in this announcement and wishing to be considered must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list only the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants and subcontractors, should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member s role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 per evaluation factors 1-6 is strongly recommended. Submittal package is to be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on 20 July 2001. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR s web site may be accessed at http://www.ccr2000.com//). The NAICS code is 541330 with a small business size standard of $4,000,000. Response to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, 400 West Bay Street, Room 1044, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for proposal.
- Web Link
- Contracts/Business Opportunities (http://www.saj.usace.army.mil)
- Record
- Loren Data Corp. 20010618/CSOL004.HTM (W-165 SN50O9V6)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on June 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|