Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2006 FBO #1620
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT WITH THE U.S. ARMY CORPS OF ENGINEERS, MOBILE DISTRICT, SOUTH ATLANTIC DIVISION TO SUPPORT THE MOBILE DISTRICT MILITARY CONSTRUCTION DESIGN PROGRAM

Notice Date
5/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-06-R-0068
 
Response Due
6/7/2006
 
Archive Date
8/6/2006
 
Small Business Set-Aside
N/A
 
Description
POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. JOHN D. HIGBY, JR. SUBMIT QUESTIONS TO FAX 251 694-3626. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are req uired for an Indefinite Delivery Contract with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division to Support the Mobile District Military Construction Design Program. This announcement is open to all businesses regardless of size. T he contract will be awarded for a term not to exceed a total of three (3) years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $6,000,000 over the three-year li fe of the contract. There is a possibility that multiple contracts may be awarded on this solicitation meaning more than one contractor can be selected. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the profession al qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent co nsistent with the efficient performance of the contract with small and small disadvantaged firms. 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 w ork it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 51.2%of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesses (SDB), 7.3% be placed with women-owned small businesses (WOSB), 3.1% be placed with HUB Zone small business, and 1.5% be placed with Service-Disabled Veteran-Owned Small Business. The subcontracting plan is not required with this submittal. The North American Industr y Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The contract will primarily be used for Specific projects that are not known at this time but are expected to include renovation/repair projects, such as, building renov ations and additions, preparation of project definition and programming documents, charrettes, preparation of the technical portions of design-build solicitations, environmental permit applications, and design of new vertical and horizontal construction pr ojects. The vast majority of the work will be on military installations, however work may also include a variety of projects under the Support for Others program. The selected firm must have the capability to perform surveying and mapping and geotechnical subsurface investigations. Design drawings shall be produced in the AutoCAD 2004 format or MicroStation v8 format. The format will be specific to each project and will be specified in the AE scope of work for the specific project. Should the AE choose to d evelop design drawings using Autodesk Architectural Desktop (ADT), the resulting drawings shall be delivered with un-exploded 3D ADT objects. Technical specifications will be produced with SPECSINTACT software using Unified Facilities Guide Specifications. Responses to design review comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org. The majority of the work will be located in the southeastern United States; however work may be lo cated in Central or South America, Puerto Rico, the U.S. Virgin Islands, and other locations that may be assigned to the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers. SELECTION CRITERIA: The selection criteria are listed belo w in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru E are primary. Criterion F is secondary and will only be used as a tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Architect; (2) Civ il Engineer (Registered in the States of Alabama and Florida); (3) Mechanical Engineer; (4) Electrical Engineer; (5) Structural Engineer; (6) Fire Protection Engineer (four years experience with all current nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis on NFPA 101 Life Safety with at least two years experience in the design of sprinkler fire protection systems); (7) Interior Design (registered architect with specialized experience in interior design, regis tered interior designer or NCIDQ certified interior designer) with evidence of experience by both the firm and key personnel in comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the a cquisition process including applicable FAR and funding limitations; (8) Communications Specialist (Registered Communications Distribution Design (RCDD)); (9) Geotechnical Engineer; (10) Environmental Engineer including Sanitary Engineer; (11) Corrosion En gineer (NACE Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist, or registered professional corrosion engineer) with a minimum of five years experience (type specific) in the design of cathodic protection systems; (12) Surveyor ( Registered in the States of Alabama and Florida); (13) Landscape Architect; (14) Geologist; (15) Cost Estimators. The firms cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, PCEA, etc. The firm's and/or c onsultant's cost engineering or estimating specialist(s) for each required design discipline applicable to this project, such as architectural, structural, civil, mechanical or electrical, etc., must be specifically identified and his (their) competence in dicated by resume(s). If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. I n the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. B. Sp ecialized Experience and Technical Competence: (1) Experience in design of military projects, including production of programming documents, plans and specifications; (2) Design of government and commercial facilities; (3) Experience using automated cost e stimating systems (MCACES and PACES); (4) Comprehensive Interior Design for Government projects including space planning and applicable Code of Federal Regulation rules, pre-wired workstations, furniture specifications, and knowledge of the acquisition pro cess including applicable FAR and funding limitations; (5) Sustainable design; (6)Technical competence and experience using the International Building Code (IBC); (7) Department of Defense Antiterrorism/Force Protection Construction Standards and Army Secu rity Engineering Manuals TM 5-853-2 and -3; (8) Engineering experience in preparing permit applications relating to construction projects with the various permitting agencies in the States of Alabama and Florida; (9) Performance of surveying and mapping in accordance with A/E/C CADD Standards and nondestructive techniques for locating underground utilities; (10) Automated design tools such as CADD, SPECSINTACT, DrChecks, etc.; (11) In Block H of the SF 330 describe the firm's quality management plan, includ ing quality assurance process, project design-to-cost control, coordination of the in-house work with consultants, and prior experience of the prime firm and an y significant consultant. C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $350,000 individual task orders simultaneously. D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Knowledge of Locality: Knowledge of climatic conditions means of moistur e and humidity control, seismic conditions, and permit requirements relating to construction projects in the states of Alabama and Florida. F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participatio n of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile Distri ct, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268e d0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in Block 5 of the SF330 PART I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.d nb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D an d the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Use no more than one page per project. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. PART I OF THE SF330 SHALL N OT EXCEED 50 PAGES. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. Central Time on 07 JUNE 2006. Regulation requires that the Selection Board not consider any submittals received after this time and date . Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on or about 12 JUN E 2006. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selectio n board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solici tation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.mil. To be eligib le for contract award, a firm must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN01039315-W 20060504/060502221034 (fbodaily.com)
 
Source
FedBizOpps 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.