SOURCES SOUGHT
C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR MECHANICAL/ELECTRICAL DESIGN AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA
- Notice Date
- 1/11/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 898, Anchorage, AK 99506-0898
- ZIP Code
- 99506-0898
- Solicitation Number
- DACA85-02-R-00007
- Response Due
- 2/13/2002
- Archive Date
- 3/15/2002
- Point of Contact
- June Wohlbach, 907/753-5624
- E-Mail Address
-
Email your questions to US Army Corp of Engineers - Alaska - Military Works
(june.l.wohlbach@poa02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 1. CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. More than one but not more than two firms may be selected from this announcement. 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 FY02 subcontracting goals for this contract are a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesse s, 9.1% of that to small disadvantaged businesses, 5.0% to woman-owned small businesses, 3.0% to service disabled veteran owned small business and 2.5% to HUBzone small business. The subcontracting plan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price type contract. The contract limit is $1 millio n. The contract may include options for two additional option years and an additional $1 million per year. There is no specific delivery order limit, however, it shall not exceed the limit of the contract for each year. Award of the first contract is an ticipated for July 2002 with the second contract 12 months later from the date of selection approval. Interviews will be held with all of the most highly qualified firms. This Contract may be awarded concurrently with an existing contract or there may be t wo contracts running concurrently awarded from this solicitation. The allocation of requirements between contracts will be based on the assessment of best value for the Government, and may include a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities, c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance, e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders, h. Understanding of local factors geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Prohibition of designer performing construction (AE-construction); n. Ease of negotiation completion; and o. Available personnel. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided include: various types of power plant design; general buildin g design; the studies to analyze existing electrical power and lighting systems; identify electrical problems and solutions for repair; exterior electrical distribution; heating, ventilation, air conditioning and refrigeration design. The AE or their subco ntractors must have knowledge of petroleum oil lubrication (POL) bulk storage, fuel loading (manifold system), docks, pipelines, pipeline dump stations, loading racks, gauging systems, be familiar with current state and federal regulations as they apply to petroleum facilities, be familiar with current state and federal regulations as they apply air quality standards and permitting, experience in aircraft hangar aqueous film forming foam (AFFF) fire suppression systems, centralized fire pumphouse pumping st ations, and standard wet, dry, and preaction sprinkler systems and detection/control systems. Arctic design may either be in-house or provided by a subcontractor. The AE may be required to participate in programming and design charrettes and/or develop D esign/Build RFP?s. The Government may require that designs be in metric and/or English systems of units. The firm must demonstrate the ability to; provide drawings in AutoCAD version R-14 or version 2000; use the latest version of MCACES (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS); provide draft DDForm 1354, Transfer and Acceptance of Military Real Property; provide electronic bid s et (EBS) documents; use SPECSINTACT, for all projects unless otherwise directed in the Task Order. The AE will be required to use Dr. Check?s programs (permissions and passwords will be distributed on a project-by-project basis). Systems information requir ed for Dr. Checks: must have a web browser program, either Internet Explorer(Microsoft) or Navigator(Netscape) versions 4.0 or later; the web site is http:\\www.buildersnet.org\drchecks. The Government may require the AE provide engineering and design serv ices during construction. LOCATION: Primarily Various Locations, Alaska. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The following selection criteria are listed in descending order of importance. Criteria (A)-(E) are primary selection criterion. Criteria (F)-(H) are secondary and will only be used as ?tie-breakers? among technically equal firms. (A) professional personnel in the following disciplines - 1) minimum in-house requirements are (weighted equall y): 2 mechanical engineers and 2 electrical engineers each with 10 years post-graduate experience. At least one engineer in each discipline must be registered for 6 years. 2) disciplines which may be subcontracted (weighted equally): 1 engineer with 10 y ears experience in design and operations of POL facilities, a NACE certified corrosion engineer(a NACE certified cathodic protection specialist and a NACE certified coatings inspector will suffice for a NACE certified corrosion engineer), a registered fire protection engineer, a registered architect, a registered civil engineer, a registered structural engineer, a specification writer, a cost estimator, State certified asbestos/HTRW, and a CADD technician. Responding firms MUST address each discipline, cle arly indicate which shall be subcontracted, and provide a separate SF254(11/92 edition) and SF255(11/92 edition) for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract (This means that work physically completed in the state of Alaska [i. e., geotechnical, survey, etc.] must use Alaskan residents). (B) specialized experience and technical competence in: 1) Arctic Design 2) Design of interior and exterior electrical systems; 3) Petroleum facilities; 4) Heating, piping including utility s ystems, ventilation, air conditioning and refrigeration systems; 5) AFFF fire suppression systems; 6) Standard wet, dry and preaction sprinkler systems; 7) sustainable design using an integrated design approach and emphasizing environmental stewardship, e specially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utiliz ation; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel t hat demonstrate their experience and training in sustainable design. (C) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (D) capacity to maintain schedules and accomplish required w ork on three simultaneous task orders; (E) Quality Control plan and how used to assure a quality product (F) location of the firm in general geographical area of the projects and knowledge of locality: availability of AE staff to meet frequently with Corps personnel in the Alaska District Corps of Engineers' office in Anchorage and ability to mobilize staff to Alaskan project sites on relatively short notice; (G ) volume of DOD contract awards in the last 12 months as described in Note 24; and (H) extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of t he estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting SF254/255s (11/92 edition) (1 copy only) must include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used. For ACASS information call 503-808-4590. Submittals must be received at t he address indicated above not later than COB (4:00 pm Alaska time) on the date above. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation pac kages are not provided.
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Record
- SN20020113/00013965-020112090539 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |