Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2004 FBO #0999
SOLICITATION NOTICE

C -- IDEFINITE DELIVERY CONTRACTS FOR MISCELLANEOUS ARCHITECTURAL AND ENGINEERING SERVIES FOR CIVIL AND MILTARY REQUIRMENTS WITHIN THE NORTHWESTERN DIVISION, OMAHA DISTRICT

Notice Date
8/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-R-0001
 
Response Due
10/4/2004
 
Archive Date
12/3/2004
 
Point of Contact
Sharon Spohn, 402-221-4102
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Sharon.A.Spohn@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
For procedural questions contact Ms. Sharon Spohn (402) 221-4102; for technical issues contact Mr. Daniel Saniuk, P.E. (402) 221-4437. Personal visits for this solicitation to the Omaha District offices will not be scheduled. E-mail your questions to U.S. Army Engineer District, Omaha, Nebraska, Sharon.a.spohn@nwo02.usace.army.mil. CONTRACT INFORMATION: Up to three Indefinite Delivery Contracts for Architect Engineer Services are required for Civil Works and Military requirements within the Northwestern Division, Omaha District. The Contracts will be acquired in accordance with PL 92-582 Brooks Architect-Engineers Act (40 U.S.C. 541) and FAR part 36. Civil Works and Military requirement may be for projects located anywhere within the boundaries of the Northwestern Division, or as indicated in this announcement or resultant task ord ers. These contracts will be managed by Omaha District: two unrestricted competitive acquisition firm-fixed price contracts, maximum award amount $3 Million (unless awarded to small business then the maximum award amount will be up to $5 Million) and one Service-Disabled Veteran Set-Aside contract, competitive acquisition, firm-fixed price, maximum award amount up to $5 Million. The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subjected t o the prohibitions and restrictions of the Federal Acquisition Regulation (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest. Services will be acquired in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. Awards will be f or Indefinite Delivery Contracts with a one-year base period, and one year options not to exceed a total of three years (up to five years if awarded to small business). There will be no minimum or maximum per delivery orders. Offerors shall indicate in o rder of preference which of the above contracts they are qualified and interested in being considered. No firm will be selected for more than one contact as a prime. Contract Options may not be awarded if not supported by sufficient workload. Types of services required will include site investigations, studies, reports, inspections, load ratings, concept design, final design, and construction phase services. Allocation of task orders from among firms with IDT contracts for similar work will be based on one or more of the following factors: specialized knowledge or expertise which would significantly benefit a specific customer or enhance execution, past experience with a specific customer or knowledge of the locality, availability of appropriat e staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, and equitable workload distribution. All firms prior to the award of a contract may be subjected to a Defense Contract Audit Agency audit, to be determined by the Contracting Officer. SUBCONTRACTING PLAN REQUIREMENTS: If the Architect-Engineer selected through the unrestricted portion of the solicitation is an Other than Small Business concern, the A-E shall be required to submit a subcontracting plan with the final proposal as requi red by Federal Acquisition Regulation 52.219-9, Small Business Subcontracting Plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2004: a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 10.0% of planned subcontracting dollars*. (c) Women Owned Small Business: 10.0% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 3.0% of planned subcontracting dollars*. (e) Hubzones: 3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. PROJECT INFORMATION: Task orders under this contract will consist primarily of design for new, addition, and remodel of facilities including (but not limited to) administrative, operations, training, mai ntenance and production, medical, and housing and community improvements. Task orders will also include infrastructure design for facility-related site utilities and grounds, site planning and design, landscaping, and roads and bridges. Finally, task orde rs may include requirements for facility-related special designs including specialized structural load analysis related to force protection and anti-terrorism, fire protection, underground storage tank removal/replacement, interior design (CID/SID), asbest os/lead paint removal, and Energy Management Control Systems (EMCS). Construction cost estimates may be required for any of the design tasks listed above. Work will be primarily located within the geographic boundaries of the Northwestern Division, but m ay be anywhere in the U.S. subject to approval of all parties and with Omaha District approval. It is likely that use of the metric system of measurement may be required for some deliverables under the proposed contract; however, metric system experience is not a selection criterion and is not required for selection. Construction cost estimates will be prepared using the Corps of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) Gold version. (M-CACES software will be provided to the successful firm after contract award.) Requirements for drawing preparation format are to be fully compatible with Bentley Microstation SE, or AutoCAD version 14 (minimum) depending on specified customer requirements. A higher rating may be achieved for those firms that can demonstrate the abi lity to work in both formats. SELECTION CRITERIA: Criteria for selection, in order of importance, are: (a) Demonstrate recent experience and technical competence of the firm (including consultants) in: (1) Design for new, addition, and remodel of facilities including (but not limited to) control towers, administrative, operations, training, maintenance facilities. Include any related past experience within Northwestern Division (NWD) and its customers. List only experience that has occurred within the last five years (include design start and completion dates) and include project programmed amounts, associated design fees, and actual project award amounts in Part I, F of SF 330. (2) Design of infrastructure for facility-related site utilities and grounds, site planning and design, landscaping, and roads and bridges (inspections, load ratings, scour evaluations, design, etc). Include related past experience within NWD and its custo mers. List only experience that has occurred within the last five years (include design start and completion dates) and include project programmed amounts, associated design fees, and actual project award amounts. (3) Design of specialized building systems such as structural load analysis and design related to force protection and anti-terrorism, fire protection, security detection and alarm systems, communications (voice/data), mass notification systems, and Energy Management Control Systems (EMCS). (4) Experience in compliance with laws, regulations, user criteria, or other critical project criteria as related to general project design and construction, and for special asbestos/lead paint removal, underground storage tank removal/replacement, and per mitting required for project construction. (5) Use of the MCASES Gold cost estimating system. List specific project examples (in the last five years) that MCASES Gold was used. (6) Experience with Sustainable Design or Green Building design concepts including energy efficiency, use of recovered materials, waste reduction and pollution prevention in facility design. Provide pertinent information on LEED certified personnel and specific project applications. (b) Quality control procedures and team organization, including consultants as described in the Design Management Plan (see SUBMITTAL REQUIREMENTS). The selected A-E firm must be able to provide designs that meet guidance, cri teria and quality standards without detailed review by the District. The firm must also present a logical team organization (org chart or matrix) that provides an effective method of coordination and communication between the individual team members as wel l as consultants. (c) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: architecture; interior design; landscape architecture/master p lanning; civil; sanitary (water and wastewater treatment); environmental (hazardous waste); mechanical; fire protection; electrical; structural; cost engineering; soils engineering; surveying; and, asbestos/lead remediation. (d) Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. Describe experience with multi-discipline task order type contracts that require the ability to respond quickly to task orders, requests for proposals, and completion of projects on an accelerated schedule. (e) Past performance on previous contracts with respect to cost control, design to cost, quality of work, and compliance with performance schedules. Proposing firms must demonstrate familiarity and recent experience with project planning and design within the geographic boundaries of the Omaha District, U.S. Army Corps of Engineers. (f) Compatibility with CADD systems for projects and work as described above. The successful firm will show competency with Bentley Microstation SE, or AutoCAD version 14 (minimum) with the ability to deliver electronic CADD and CALS files, as well as vell ums and prints. Higher ratings are issued to firms that are capable of working in both systems. (g) Extent of participation of SB, SDB, and, if appropriate, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (h) Volume of DOD contract awards in the last 12 months with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF330 and separate information for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-CT, ATTN: Sharon Spohn, 106 South 15th Street, Omaha, NE 68102-1618. Submittals must be received no later than 2:00 PM CDT on 4 October 2004. Persona l visits for this solicitation to the Omaha District offices will not be scheduled. As additional information in the SF330, provide the following: (a)Design Management Plan (DMP). Include in Part I, Section H. The plan should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used, and an organizati onal chart showing the inter-relationship of management and various team components (including subcontractors). (b) Provide the submitting firm's number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS). If firms have no number, so state. Provide the A CASS firm number for any consultants. If firms have no number, so state.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00647624-W 20040821/040819212611 (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.