Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
SOLICITATION NOTICE

C -- Architect and engineering services, primarily environmental in nature, required to support Military, Civil Works, HTRW and Work for Others, design and studies within or assigned to the Norfolk District, US Army Corps of Engineers.

Notice Date
12/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-07-R-0013
 
Response Due
1/9/2007
 
Archive Date
3/10/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect and engineering services, primarily ENVIRONMENTAL in nature, procured in accordance with PL 92-582 (Brooks AE Act) and FAR Part 36, are required to support Military, Civil Works, HTRW, and Work for Others design and studies within or assigned to the Norfolk District, U.S. Army Corps of Engineers. One or more Indefinite Delivery Contracts (IDC) will be negotiated and awarded, each with a total contract period not to exceed three years. The contracts may consist of a b ase period not to exceed one year, with a maximum of two one-year option periods. Alternatively, the contracts may consist of one three-year contract period. The total amount of work will not exceed $3,000,000 per contract. An option period may be exercise d when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price Task Orders. The contracts may include Task Orders with options for planning, engineering a nd design, and construction phase assistance. Award of the contract is anticipated in 2nd quarter, FY07. The method used to allocate task orders among contracts will include consideration of experience and user needs, capacity to accomplish the order in th e required timeframe, performance and quality of deliverables, and proximity of the firm to the project. Funds are not presently available for the contracts. THIS IS AN UNRESTRICTED PROCUREMENT. If a large business is selected for these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Norfolk District are: (1) at least 51 % of a contractor's intended subcontract amount be place d with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB) ; (2) at least 9 % of a contractor's intended subcontract amount be placed with SDB; (3) at least 7 % of a contractor's intended subcontrac t amount be placed with WOSB; (4) 3% placed with HUB Zone small businesses; and (5) 3 % placed with Small Business Veteran Owned business. The plan is not required with this submittal. The small business standard for this effort is based on the average ann ual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4.5 million. The wages and benefits of service employees (see FAR 22.10) performing u nder these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm mu st 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 Commerce Information Center at 1-800-334-3414. Lack of registration in the CCR database will mak e an offerer ineligible for award. Task orders may be assigned for any work assigned to or located within the jurisdiction of North Atlantic Division and Norfolk District, but the selection will be based on criteria within the Norfolk District. 2. PROJECT INFORMATION. Projects, primarily ENVIRONMENTAL in nature, may include the preparation of special reports, studies (to include value engineering studies), development of design criteria, and design of new construction and renovation projects as needed for M ilitary, Civil Works, HTRW, and Work for Others work assigned to the Norfolk District and within the North Atlantic Division. These contracts, primarily ENVIRONMENTAL in nature, may include site investigations; sample collection; laboratory analysis; studi es; reports; technical assistance; preparation of plans and specifications; cost estimates; environmental assessments; historical preservation plans; landfill c losure plans; Virginia pollution discharge elimination system permits; site characterization reports; design work involved with identification and remediation of, but not limited to contaminants such as asbestos, lead paint and petroleum hydrocarbons; plan ning and design work involving site & utility, environmental, cultural resource, investigations and reports; aerial, topographic and metes & bounds surveys; preparation of programming documents, parametric designs, contract drawings, technical specificatio ns, design analyses, GIS, and computer aided cost estimating. Construction phase services, including shop drawing review, design during construction, site visits, construction phasing & scheduling, etc., could be included as options on task orders. This wo rk could be performed in or around new facilities or repair or renovation to existing facilities. The designs will be prepared in the English system of measurement. The A-E shall be responsible for design and drawing preparation using computer-aided design and drafting (CADD) software and delivering the three-dimensional drawings in Autodesk AutoCAD CADD software. All drawings produced for this contract shall be in compliance with the A/E/C CADD Standards as issued by the CADD/GIS Technology Center (http:// tsc.wes.army.mil/products/standards/AEC/intro.asp). The Government will only accept the final design products , without conversion or reformatting, in the Autodesk AutoCAD 2002 format (.dwg), usable on the target platform specified herein. The target platf orm is a Pentium 500 HMz, 128 MB Ram, 10 GB Hard Drive with a Windows 2000 operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format electronic digital format for solicitation purposes. The specifications will be produced in SPECSINTACT with Standard Gener alized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (.pdf) for solicitation purposes. All disciplines shall formulate and s ubmit the final design analysis product, including all revisions during the design process, at the completion of the design process. Design analysis format shall be Adobe Acrobat Portable Data Format (.pdf). 3. SELECTION CRITERIA. See Note 24 for a general description of the AE selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as tie -breakers among technically equal firms. a. Specialized experience and technical competence in: (1) Design of new buildings and/or structures, similar to the categories listed in paragraph 2 above. Projects older than five years will not be considered. Sim ilar projects newer than three years will receive higher ratings. (2) Quality management procedures. Describe the firms quality management procedures (address in block 10 of SF 255). The evaluation will consider quality control coordination between discip lines and subcontractors, quality control procedures (type and timing of reviews, reviewers, etc.). A detailed quality control plan is not required with this submission but will be required subsequent to award of a contract. (3) Experience in sustainable d esign, using either the Sustainable Project Rating Tool (SPiRiT) or LEED Green Building Rating System. Sustainable design consists of using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation an d efficiency; 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 prin ciples and the qualifications of the key personnel (architect, mechanical, civil) that demonstrate their experience and training in sustainable design. (4) Design of repair and renovation projects, similar to the categories listed in paragraph 2 above. Pro jects older than five years will not be considered. Similar projects newer than three years will receive higher ratings. b. Qualified registered professional personnel in the key disciplines: environmental, civil, certified industrial hygienist, and land s urveyor. Qualifications of the project manager shall also be provided. The evaluation will consider education, registration, and overall and relevant experience. The submittal shall include a matrix showing experience of the proposed lead designers on the projects listed on the SF 330. The testing laboratory to be used by the selected firm must be certified by the Missouri River District Laboratory of the US Army Corps of Engineers, prior to any analysis of sampled materials. c. Past Performance on governme nt contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from references, other sources or ACASS. d. Knowledge of local conditions within Virginia and the North Atlantic Division, specifically reg arding climatic conditions; local construction methods; and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key disciplines. e. Capacity to initiate work and complete within th e time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: architect; mechanical; electrical; civil; structural. The evaluation will look at numbers listed in the SF 330 to evaluate the specific team identified for the contract as well as the overall capacity of the team. f. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contr act team, measured as a percentage of the total estimated effort. g. Geographic proximity. h. Volume of DoD contracts awarded in the last 12 months to the prime A-E firm as described in Note 24. 4. SUBMISSION REQUIREMENTS. See Note 24 for general submissio n requirements. All requirements of this announcement must be met for a firm to be considered for selection. The selected firm must have computer connectivity (Internet access with 128 bit encryption, E-mail and a virus protection software) to download or access the SPECSINTACT specification system; the MCACES cost estimating system, and the DrChecks review management system and communicate with government personnel. (1.) Show accessibility to and familiarity with the Construction Criteria Base (CCB) and th e Criteria Bulletin Board System (CBBS). (2.) Show the ability to produce Adobe Acrobat Portable Data (.pdf) format specifications. (3.) Show familiarity with the Corps of Engineers Computer Aided Cost Estimating System (M-CACES). (4.) Show CADD capability with capacity to produce output files in Autodesk AutoCAD 2002 format, including production of Computer-aided Acquisition and Logistic Support(.cal) format files in a Maxview slide show type reader file (.svd) for solicitation purposes. (5) Show ability t o produce CD-RW data disks. All transmission of electronic files (specifications, drawings, and design analyses shall be accomplished on CD-RW disks in the formats specified. (6.) Describe owned or leased equipment that will be used to perform this contrac t. (7.) Provide an organizational chart including all key elements of the design team demonstrating the firms understanding of and ability to execute projects under the contract. (8.) Describe demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design [FAR 36.602-1(a)(6)]. (9.) Describe Quality Management practices. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Prior to the final selection, firms considered highly qualified to accomplish the work may be interview ed either by telephone or by formal presentation. 5. CONTINUITY OF EXPERTISE/REQUIREMENT FOR CONSULTANTS: The A-E firm shall utilize experienced, highly qualified design professionals for each of the major design disciplines and for overall coordination of the design. Those design professionals represented by A-E firm in the Form SF 330 Proposal Document as those responsible for design, design supervision, project management, or quality assurance shall be retained in that respective capacity throughout the design project. Qualified design consultants shall be retained by the A-E if in-house expertise is not suitably qualified. This expertise must remain available during the entire course of project design. In the event that substitution for an original consu ltant(s) or design team member(s) is required, the Corps of Engineers, Norfolk District, shall be notified immediately in writing. The A-E shall furnish documentation indicating the experience and qualifications of the consultant(s) or design team member(s ) proposed to replace the original consultant(s) or design team member(s) for approval by the Contracting Officer; only equally qualified personnel shall be considered. Interested firms having capabilities to perform this work are invited to submit a singl e SF 330 for the design team, prime firm and all consultants by 2:00 PM on the response date indicated above. Please clearly indicate your firm's name and address and the Solicitation Number on the outside of your proposal. This announcement constitutes th e only solicitation; proposals are being requested and a written solicitation will not be issued.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN01191823-W 20061208/061206220951 (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.