SOLICITATION NOTICE
C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR MECHANICAL /ELECTRICAL DESIGN AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA
- Notice Date
- 2/2/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-04-R-0021
- Response Due
- 3/3/2004
- Archive Date
- 5/2/2004
- Point of Contact
- Crystal D. Labrecque, 907-753-5578
- E-Mail Address
-
Email your questions to US Army Corp of Engineers, Alaska
(crystal.d.labrecque@poa02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: Indefinite Delivery contract(s) 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 req uired work. This announcement is open to all businesses regardless of size. North American Industrial Classification System code is 541330, which has a size standard of $4,000,000 in average annual receipts. If a large business is selected for this cont ract, 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 FY 04 subcontracting goals for this contract are a minimum of 57.2% of the contractor's intended subcontrac t amount be placed with small businesses; with 10.0% of that to small disadvantaged businesses; 10.0% to woman-owned small businesses; 3.0% to service disabled 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 two (2) contracts may be awarded. Contracts may be awarded concurrently or may be staggered at four (4) to six (6) month intervals. The contract type shall be indefi nite delivery firm fixed price with a contract limit of $2 million over a term of two years. There is no specific task order limit except the limit of the contract. All responders are advised that this project may be revised or canceled at any time durin g the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized and no funds are presently available (See FAR 52.232-18). This solicitation does not guarantee work to selected firm. Award of the first contract is anticipated for August 2004. Interviews will be held with all of the most highly qualified firms. The allocation of requirements between all concurrent contracts will be based on 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 del ivery 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 sele cted 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 building design; designs, reviews, and studi es of electrical power, communication, grounding, lighting and control systems; identifying electrical problems and solutions for repair; heating, ventilation, air conditioning and refrigeration design; utilidor and enclosed utility systems. The AE or thei r subcontractors must have knowledge of petroleum oil lubrication (POL) bulk storage, fuel loading (manifold system), docks, pipelines, pipeline pump stations, loading racks, gauging systems; be familiar with current state and federal regulations as they a pply 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 and high expansion foam (HEF) f ire protection system; centralized fire pump house pumping stations; and standard wet, dry, and pre-action sprinkler systems and detection/control systems. Ser vices will include design of new facilities, repair, and modernization. Design of POL systems is incidental to facility design. The AE may be required to participate in programming and design charrettes. The Government may require that designs be in met ric and/or English systems of units. The firm must demonstrate the ability to; provide drawings in AutoCAD (version as required by the project); use the latest version of MCACES (cost estimating software furnished by the Government); provide a cost estimat e in work breakdown structure (WBS); provide draft DD Form 1354, Transfer and Acceptance of Military Real Property; provide electronic bid set (EBS) documents; use SPECSINTACT, for all projects unless otherwise directed in the Task Order. The AE will be re quired to use Dr. Check's programs (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks: must have a web browser program, either Internet Explorer (Microsoft) or Navigator (Netscape) ver sions 4.0 or later; the web site is http:\\www.buildersnet.org\drchecks. The Government may require the AE provide engineering, testing, and design services during construction. 3. LOCATION: Primarily Various Locations, Alaska, but may be utilized outsid e Alaska on an exception basis. Facilities will generally be located in arctic or sub arctic environments 4. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The following selection criteria are listed in descendi ng order of importance. Criteria (A)-(G) are primary selection criterion. Criteria (H)-(J) are secondary and will only be used as 'tie-breakers' among technically equal firms. (A) Minimum requirements for professional personnel in the following discipline s: (1) Two mechanical engineers and two electrical engineers, each with ten years post-graduate experience. At least one engineer in each discipline must be registered for six years. (2) One engineer with ten years experience in design and operations of POL facilities. (3) A NACE certified corrosion engineer (a NACE certified cathodic protection specialist and a NACE certified coatings inspector would suffice for a NACE certified corrosion engineer). (4) A registered fire protection engineer. (5) A re gistered architect. (6) A registered civil engineer. (7) Registered structural engineer. (8) Registered geotechnical engineer. (9) Specification writer. (10) A cost estimator. (11) An environmental specialist. Cold regions design is not considered t o be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic and sub arctic environments must be integral to all design disciplines. Key design personnel must demon strate training and specialized experience in cold regions design related to their specific discipline, as well as the ability to properly identify and address critical interfaces between related disciplines. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 (11/92 edition) and SF 255(11/92 edition) for each subcontractor necessary. The SF 330 (1/04) edition, may be utilized if desired by the firm. The contractor shall employ, for t he 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 cont ract (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) Cold Regions Design. 2) Designs and studies conducted for m edium voltage systems including overhead/underground distribution, power plants and substations. Designs and studies conducted for low voltage systems includin g interior power, generators, uninterruptible power supplies and lighting systems. Designs and studies conducted for information management systems including exterior distribution, interior local area network and telephone systems. Designs and studies co nducted for airfield lighting, hazardous areas, and lightning protection. 3) Petroleum facilities. 4) Heating, piping including utility systems, ventilation, air conditioning and refrigeration systems. 5) Utilidor and enclosed utility systems. 6) AFFF and high expansion foam (HEF) fire suppression systems, and fire detection systems. 7) Standard wet, dry and pre-action sprinkler systems. 8) Asbestos, lead paint, fuels/chemical spills, and related environmental issues. 9) Experience in preparing Title 5 air quality permits. C) Capacity to maintain schedules and accomplish required work on three simultaneous task orders. (D) Quality Control plan: please describe how it will be used to assure a quality product. (E) Location of the firm in general geog raphical area of the projects and availability of staff to AE staff to meet frequently with Corps personnel in the Alaska District Headquarters office in Anchorage, and construction Resident and Area offices in Anchorage and Fairbanks. (F) Past performanc e on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. (G) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and e fficiency; 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 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 principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. Criteria H-J are secondary and will only be used as 'tie-breakers' among technically equal firms: (H) Knowledge of locality. (I) Volume of DOD contract awards in the last 12 months. (J) Extent of participation of SB, SDB, histor ically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must inc lude a POC and phone number in block 8c of the SF 255, or Block 23a, b, & c of the SF330. The 11/92 edition of the SF254/255, or the 1/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office, on-line or, from commerci al software suppliers for use with personal computers and laser printers, or on-line in both Adobe Acrobat PDF and FormFlow formats: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do? In SF 255, Block 10, or Block 30 of the SF 330 describe the firm's over all Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required wit h this submission. In Block 10 (SF 255), or Block 30 (SF 330) 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 rece ived at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: I f 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: Tw o (2) days prior to delivery, the firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This information must be faxed to 907/753-2544 or forwarded electronically to the POC identified herein. T his will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB only. Each driver must provide a valid drivers license, proof of current insurance, current IM certificate, and current valid vehicle registration. Requests forwarded af ter 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.
- Place of Performance
- Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
- Zip Code: 99506-6898
- Country: US
- Zip Code: 99506-6898
- Record
- SN00514301-W 20040204/040202212144 (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 |