Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6, 2001 PSA #2908
SOLICITATIONS

C -- INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES TO SUPPORT THE MOBILE DISTRICT'S MILITARY DESIGN PROGRAM

Notice Date
August 2, 2001
Contracting Office
U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001
ZIP Code
36628-0001
Solicitation Number
DACA01-01-R-0051
Point of Contact
Contact Dewayne Brackins, (251) 694-3743; Contracting Officer, Edward M. Slana
E-Mail Address
cesam.plansroom@sam.usace.army.mil (cesam.plansroom@sam.usace.army.mil)
Description
CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract to Support the Mobile District's Military Design Program. This announcement is open to all businesses regardless of size. The contract will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total contract not to exceed up to $1,000,000 for each contract period. (If the $1,000,000 limit for a contract period is exhausted or nearly exhausted prior to 12 months after the start of the period, the option for the next contract period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB), 5% be placed with women-owned small businesses (WOSB), 3% be placed with service-disabled veteran-owned small businesses (SDVOSB) and 1.5% be placed with HUBZone small businesses (HZSB). The subcontracting plan is not required with this submittal. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the design, and for A-E services during the construction phase. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330 (previous SIC code was 8711). PROJECT INFORMATION: Specific projects are not known at this time but are expected to include renovation/repair projects, such as, building renovations and additions, preparation of project definition and programming documents, charettes, preparation of the technical portions of design-build solicitations, environmental permit applications, and design of new vertical and horizontal construction projects. The selected firm must have the capability to perform topographic surveys and subsurface investigations. It is expected that some projects will require contract support services. The majority of the work will be located in the southeastern United States, however work may be located in Central or South America, Puerto Rico, the U.S. Virgin Islands, and other locations may be assigned to the Mobile District and South Atlantic Division. SELECTION CRITERIA: See Note 24 in the Monday publication of the Commerce Business Daily for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E thru G are secondary and will only be used as "tie-breakers" among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Architect; (2) Landscape Architect; (3) Interior Design (registered architect with specialized experience in interior design, registered interior designer or NCIDQ certified interior designer) with evidence of experience by both the firm and key personnel in comprehensive interior design, including space planning, prewired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations; (4) Civil Engineer; (5) Mechanical Engineer; (6) Electrical Engineer; (7) Structural Engineer; (8) Geotechnical Engineer; (9) Environmental Engineer; (10) Fire Protection Engineer (four years experience with all current nationally recognized codes such as N.F.P.A. and U.B.C., with special emphasis on NFPA 101 Life Safety with at least two years experience in the design of sprinkler fire protection systems); (11) Corrosion Engineer (NACE Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist, or registered professional corrosion engineer) with a minimum of five years experience (type specific) in the design of cathodic protection systems; (12) Surveyor; (13) Cost Estimators. The firm's and/or consultant's cost engineering or estimating specialist(s) for each required design discipline applicable to this project, such as architectural, structural, civil, mechanical or electrical, etc., must be specifically identified and his (their) competence indicated by resume(s) in block 7 of the SF 255. The cost engineer(s) or estimator(s) for this project must be full-time professional cost engineer(s) or estimator(s). The cost estimates for this project will be required to be prepared utilizing IBM/MS-DOS compatible "MCACES GOLD" estimating software, or any other estimating software that may be adopted for use by the U.S. Army Corps of Engineers during contract period of performance. The firm selected must demonstrate experience utilizing this software either through training or use; (12) Registered Engineers for the States of Alabama, Florida and Tennessee who are knowledgeable in environmental permitting with experience in dealing with all permitting agencies at various levels of government in each of the states. The evaluation will consider education, registration, and relevant experience in the type work required. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement; B. Specialized Experience and Technical Competence: Additional evaluation factors are provided in order of importance: (1) Experience in design of military projects, including production of programming documents, plans and specifications; (2) Architectural Design for military, government, and commercial buildings; (3) Experience using automated cost estimating systems; (4) Comprehensive Interior Design for Government projects including space planning and applicable Code of Federal Regulation rules, prewired workstations, furniture specifications, and knowledge of the acquisition process including applicable FAR and funding limitations; (5) Sustainable design; (6) (Experience in preparing permit applications for the various permitting agencies in the States of Alabama, Florida, and Tennessee; (7) Performance of topographic mapping in accordance with A/E/C CADD Standards; (8) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $200,000 individual task orders simultaneously; D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Geographic Location: Geographic location with respect to the Mobile District Office; F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the Commerce Business Daily for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and one (1) completed copy of their SF 254 for themselves and one for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. The SF 255 and SF 254's are to be submitted even if they are currently on file. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 6 September 2001. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after the closing date of this announcement. In Block 2b of the SF 255 include RFP Number and in Block 3a list two (2) principal contacts of firm. In Block 3b include the ACASS number of all the participating offices that are proposed to perform work. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must indicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Response to Block 10 is limited to 25 single-sided pages. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 2 October 2001. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. The Selection Board chairperson will notify, in writing, all firms of their selection status within 10 days after approval of the selection. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec.
Web Link
http://www.sam.usace.army.mil (http://www.sam.usace.army.mil)
Record
Loren Data Corp. 20010806/CSOL002.HTM (W-214 SN50T7Y9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 2, 2001 by Loren Data Corp. -- info@ld.com