Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2003 FBO #0431
SOURCES SOUGHT

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR ARCHITECTURAL DESIGN AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
2/4/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
DACA85-03-R-0012
 
Archive Date
5/4/2003
 
Point of Contact
Margie Jackson, 907-753-2836
 
E-Mail Address
Email your questions to US Army Corp of Engineers - Alaska - Military Works
(margie.jackson@poa02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: This Indefinite Delivery contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System code is 541330, which has a small business size standard of $4,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is sele cted 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 FY03 subcontracting goals for this contract are a minimum of 61.4% of the contractor's in tended subcontract amount be placed with small businesses, with 9.1% of that to small, disadvantaged businesses, 5.0% to woman-owned small businesses, 3.0% to service disabled veteran owned small businesses, 3.0% to veteran owned small businesses, and 3.0% to HUB Zone small businesses. The subcontracting plan is not required with this submittal. Anticipate more than one contract, but no more than three (3) contracts may be awarded. Contracts may be awarded concurrently or may be staggered at four (4) to six (6) month intervals. The contract(s) limit will be $3,000,000 over a term of three years. There will be no specific delivery order limit except that of the contract limit. The first contract award is anticipated for June 2003. All responders are ad vised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized and no funds are presently available. This solicitation does not guara ntee work to selected firms. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: The selected AE firm will be r equired to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided include the design of new structures, the renovation of existing structures, interior design, programming studies , landscape architecture, technical reviews (on behalf of the government) of other AE developed products, construction phase services, and development of Design/Build RFPs. The AE may be required to provide master planning services such as: facility maste r planning for various federal customers such as Army and Air Force, Installation and Real Property Master Planning, facility allowance analysis, economic and market analysis, preparation of Installation Design Guides, MILCON 1391 development and other pro gramming level analysis. Arctic design may either be in-house or provided by a subcontractor. The AE may be required to participate in programming and design charrettes. The Government may require that future designs to be in metric. The selected firm must demonstrate the ability to provide AutoCAD formatted drawings using AutoCAD 2000 DWG format (AutoCAD 2000 minimum requirements: IBM compatible PC; Windows 98, 2000, or NT; 64 MB RAM/128 recommended; 350 M B hard drive; 800 X 600 VGA with 64000 colors recommended.); use MCACES-Gold version 5.30 for DOS or MCACES for Windows (cost engineering system) for all projects; and in addition use the DR. CHECKS (review comment system), via the internet. MCACES-Gold 5.30 for DOS or MCACES for Windows shall be fur nished by the Government (system requirements: MS-DOS 5.0 or higher for MCACES GOLD and Windows 3.1 or higher for MCACES for Windows. A minimum of 25 megabytes of hard disk space is also required to accommodate installation of the software, system files, a nd database.). The Government will provide the web address, a username, and a password for the firm to use to access the Dr. Checks system. The firm should be proficient or have the ability to obtain proficiency in working with Corps of Engineers Technical Specification and Specsintact software program (version 3.0) by technical, administrative, and sub-contractor personnel, including in-depth knowledge of the s oftware 'tagging hierarchy', 'section submittal and technical reference' formatting requirements. Experience in converting unauthorized MIL Spec, MIL and fed STD references to equivalent current industry standard references. 3. SELECTION CRITERIA: The fo llowing primary selection criteria (A-G) are listed in descending order of importance: (A) Professional personnel in the following disciplines: 3 registered architects, each with 5 years post graduate experience. In addition, the following required disc iplines must include at least one individual with either professional registration or with 5 years experience: mechanical, electrical, civil, and structural engineers; landscape architect; cost estimator; environmental engineer (asbestos/HTRW certified); master planners; drafting; interior designer; and specification writer( please clearly describe how this requirement will be addressed). Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separa te SF254 and SF255 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 trad e, 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: a minimum of five years experience in arctic architectural engineering and design; technical reviews of contract documents; design charrettes, and RFP preparation for Design/Build contracts. (C) ) A quality management plan that wil l be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government. The plan should address the quality control processes that will be used by the contractor, and how tho se processes will complement and support the government?s quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key personnel in relationsh ip to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines. The quality management plan must address the integration of work products of the entire team that is proposed. (NOTE: A detailed quality management plan will be required at the time of a Request For Proposal (D) The firm?s past performance on DOD or private sector contracts with respect to cost control, quality of work, and c ompliance with schedules. (E) Capacity to maintain schedules and accomplish required work on 3 simultaneous task orders. (F) Knowledge of the locality. (G) Demonstrated success in prescribing the use of sustainable design using an integrated design appr oach and emphasizing environmental stewardship, especially 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 opera tion; efficiency in resource and materials utilization; 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 principl es and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. CRITERIA H-J ARE SECONDARY CRITERIA AND WI LL ONLY BE USED AS ?TIE-BREAKERS? AMONG FIRMS WHICH ARE RATED AS TECHNICALLY EQUAL AFTER THE INTERVIEW PHASE OF THE SELECTION PROCESS. The secondary selection criteria in descending order of importance are: (H) Volume of DOD contract awards in the last 1 2 months. (I) The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, measured as a percentage of the total anticipated contract effort, regardless of whethe r the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. (J)Geographic proximity. 4. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should p rovide ONLY 1 copy and must include a POC and phone number in block 8c of the SF 255.. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, on-line or, from commercial software suppliers for use with persona l computers and laser printers, or on-line in both Adobe Acrobat PDF and FormFlow formats (http://www.gsa.gov/pbs/pc/hw_files/254-255.htm). In SF 255, Block 10, describe the firm?s overall Design Quality Management Plan. A project-specific design quality control plan must be prepared for Government approval as a condition of contract award, but is not required with this submission. In Block 10, also indicate the estimated percentage involvement of each firm on the proposed team. Include an organization chart of the key personnel to be assigned to the project. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) and in accordance with the response date above. Any submittals received after this date will not be considered. NOTE: Hand carried submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following procedures: The fi rm must provide the solicitation number, name of person or persons delivering the proposal, their social security number and name of employer. This will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB only. Each driver must pr ovide a valid drivers license, proof of current insurance, current IM certificate, and current valid vehicle registration. This information must be faxed to 907/753-2544 or forwarded electronically to POC indicated no later than the response date. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed submittals shall be accepted. This is not a request for proposal..
 
Record
SN00252926-W 20030206/030204213542 (fbodaily.com)
 
Source
FedBizOpps.gov 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.