MODIFICATION
C -- Design of Aviation (Helicopter) Maintenance Hangar, Savannah District and Hunter Army Airfield, GA
- Notice Date
- 10/30/2003
- Notice Type
- Modification
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-04-R-0006
- Response Due
- 11/17/2003
- Archive Date
- 1/16/2004
- Point of Contact
- Linda Smulevitz, 912-652-5902
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah
(linda.l.smulevitz@sas02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a corrected version of previous solicitation. Closing date of this announcement will still be 17 Nov 2003. *** Technical Point of Contact is Robert Smith at 912-652-5706; Contractural Questions: Nina Jodell at 912-652-5465; Questions concerning sub contracting plan: Gwen Parker at (912)652-5340; Questions concerning SF 255; Lucie Hughes at 912-652-5645; 255's should be mailed to: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Oglethorpe Avenue, Savannah, GA 31401. **** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of an Architect-Engineer (A-E) firm for a firm-fixed price contract. This contract is being procured in accordance with the Brooks A-E Act as implemen ted in FAR Subpart 36.6. A firm will be selected for negotiations based on demonstrated competence for the required work. Firms will be required to submit their statements of qualifications (SF 255) for each announcement. Offerors are cautioned to read this announcement in its entirety. Contracts awarded as a result of this announcement will be administered by the Savannah District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts within the Sout h Atlantic Division. Contract size will be determined at the time of selection. A-E services are required for site investigations, concept design, final design, and construction phase for the subject project. The A-E will be required to prepare plans, sp ecifications, design analysis, and cost estimates. The NAICS is 541333; size standard $4 million. The contract is anticipated to be awarded in December 2003 and design completed by August 2004. The Contract will have an option for Construction Phase Servic es. This announcement is open to all businesses. Small businesses are encouraged to team with other businesses. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 255, Blo ck 6, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52-219.9 and DFARS Subpart 219.7as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 57.2% TO SMALL BUSINESS; 8.9% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 8.1% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% TO SERVICE-DISABLED VETERAN-OWNED SMALL BUISNESS (A COMPOSITE OF SMALL BUSINESS AND VETERAN-OWNED SMALL BUSINESS). While the Savan nah District does not have a specific target for subcontracting with Veteran-owned Small Businesses, this must be addressed in any subcontracting plan. Written justification must be provided if the minimum small business goals cannot be met. The small bu siness subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firms selected for negotiations. For additional information, contact G wen Parker at (912)652-5340. NOTICE: All firms to include large businesses interested in consideration for this solicitation for teaming or subcontracting purposes please register on our website at http://ebs.sas.usace.army.mil/. Registration will NOT b e used as a planholder's list. Registration shall include Company name, address, phone number, POC, Company type (i.e., Small Business, Woman Owned, Small Disadvantaged, Hubzone, Veteran Owned or Service-Disabled Veteran-Owned, etc.) and company specialty (i.e., engineering specialty, architect, environmental, surveying, landscaping services, reproduction, etc.). Questions about this notice shall be directed to Gwennette Parker at the above phone number. 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 or by contacting the DOD Electronic Comme rce Information Center at 1-800-334-3414. **** 2. PROJECT INFORMATION: Design of an approximately 76,000 sq ft Aviation (Helicopter) Maintenance Hangar with aircraft access apron. The hangar will include space for unit mission planning, flight operation s, maintenance shops and administrative space. Also included is a 9,000 SF covered storage facility, a parking lot and demolition of an existing clinic. In addition, this project will include installation of an energy monitoring and control system (EMCS); a detection system (IDS); and an automatic sprinkler system. Force protection and antiterrorism measures. Supporting facilities include utilities; electric service; steam and chilled water distribution; fire protection and alarm systems; asphalt paving, s idewalks, curbs, and gutters; road improvements; access roads; storm drainage; erosion control measures; information systems; site accessories; anti-terrorist/force protection measures; and site improvements. Comprehensive interior design services are req uired. Access for the handicapped will be provided only on first floor. The estimated construction cost of this project is between $17,000,000 and $23,000,000. Cost estimates must be prepared using MCACES software. All design files must be delivered in th e (*.dgn) format. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. **** 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfa ctory based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Technical Competence and Past Performance are weighted equally and each factor individually is more i mportant than Work Management and Key Personnel and significantly more important than individual Factors 5-7. Work Management and Key Personnel are weighted equally and each factor individually is more important than Small Business Utilization, Volume of DOD Contract Awards and Knowledge of Locality. Small Business Utilization and Volume of DOD Contract Awards and Knowledge of Locality are weighted equally and will only be used as *tie-breakers* among firms that are essentially technically equal. Informat ion on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If m ore than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. **** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The firm must demonstrate through specific data supplied in Blocks 7, 8, and 10 of the SF 255 specialized experience and technical competence in ** Design of similar Military Aircraft/Helicopter Maintenance Hangars ** Force protection considerations ** Producing quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. ** Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency, use of recovered materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities cons truction and operation; efficiency in resource and materials utilization; development of healthy, safe and productive work environments, and employing the SPiRiT/LEED evaluation and certification methods. ** Accuracy in construction cost estimating and pre paration of estimates using MCACES software. ** Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on sim ilar projects, and most recent firm and employee history of experience on similar projects. Interrelationships between Blocks 7, 8, and 10 of the SF 255 are encouraged. **** FACTOR 2 - The Selection Board will evaluate the firm's past performance on DOD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF 255 is recommended. **** FACTOR 3 - WORK MANAGEMENT Capacity to submit the concept design (35% complete) by 31 January 2004 and complete the final design by September 2004. The evaluation will consider the experience of the firm and any consultants in similar projects, and the availability of an adequate nu mber of personnel in key disciplines. Please disregard the **to be utilized** statement in Block 4 of the SF255 and show the total strength of each discipline, however, in Column 4. (B), IN-HOUSE PERSONNEL, only indicate the number of personnel located in the specific office submitting the SF 255. All others, including personnel from branch offices in other locations, are to be indicated as consultants in Column 4 (A). **** FACTOR 4 - KEY PERSONNEL. Key personnel should be listed in Block 7 and should con tain resumes with an indication of professional registration and office location. Key personnel presented in the SF 255 shall be the individuals who will routinely be involved in the actual production of work under this contract. All key personnel shall be shown on the organization chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: Architect (2), structural engineer (2), civil engineer (2), mechanical engineer (2), electrical enginee r (2), fire protection engineer (1), geotechnical engineer (1), land surveyor (1), and certified industrial hygienist (1). Resumes shall be provided for the above for only the number indicated in parentheses. One resume each shall be provided for other k ey personnel as follows: Project manager, interior designer, cost estimator, and landscape architect. Registration/certification for all is encouraged. The fire protection engineer shall be a registered professional engineer, have a minimum of five year s experience dedicated to fire protection, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, or (b) have passed the National Council of Examiners for Engineering and Surveys fire protection engineering ex amination. Other personnel should be shown on the organization chart by the total number available for utilization on task orders assigned under this contract. Please disregard the *to be utilized* statement at Block 4 of SF 255. Rather, in Column 4 (B), IN-HOUSE PERSONNEL, only indicate the number of personnel located in the specific office submitting the SF 255. All others, including personnel from branch off ices in other locations, are to be indicated as consultants in Column 4 (A). **** FACTOR 5 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (exc ept small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: (a) Goals for subcontr acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. (b) The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror's team. (c) The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. **** FACTOR 6 - VOLUME OF DOD CONTRACT AWARDS. Volume of DOD contract awards in the last 12 months as described in Note 24. **** FACTOR 7 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area where work is anticipated to be accomplished. **** 4. SUBMISSION REQUIREMENTS. Resp onses on file from previous announcements will not be evaluated. ALL FIRMS desiring consideration MUST SUBMIT a NEW response. Firms shall submit one (1) hardcopy of SF 255 (11/92 edition) and one (1) CD (Word or Adobe) copy of the SF 255 to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Oglethorpe Avenue, Savannah, GA 31401. NOT EXCEED 50 PAGES, INCLUDING 10 PAGES FOR BLOCK 10, PRINTED ONE SIDE (OR 25 AND 5 PRINTED DOUBLE SIDED PAGES). FONT S IZE SHALL BE 10 OR LARGER. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN BLOCK 3B OF THE SF 255. For ACASS information, call (503) 808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification o f selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. DATE AND TIME FOR RESPONSE IS 17 NOVEMBER 2003 AT 4:00 P.M. PHONE CALLS ARE DISCOURAGED UNLESS ABSOLUTELY NECESSARY. PERSONAL VISITS FOR THE PU RPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED. SOLICITATION PACKAGES ARE NOT PROVIDED AND NO ADDITIONAL CONTRACT INFORMATION WILL BE GIVEN TO FIRMS DURING THE ANNOUNCEMENT PERIOD. THIS IS NOT A REQUEST FOR PROPOSALS.
- Place of Performance
- Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Country: US
- Zip Code: 31402-0889
- Record
- SN00462295-W 20031101/031030213328 (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 |