Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR ENGINEERING SERVICES FOR DESIGN OF HYDRANT FUEL SYSTEMS

Notice Date
2/16/2007
 
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-07-R-0016
 
Response Due
3/20/2007
 
Archive Date
5/19/2007
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: a. Up to two Indefinite Delivery Type contracts may be awarded at staged intervals for a base period and may include two additional option periods. The total value of the two contracts shall not exceed $10,000,000 each. The base period, in the amount of $2,000,000, and the two option periods, in the amount of $4,000,000, will have a maximum of 5 years. The option periods may be exercised when the contract amount for the current period has been reached or nearly reached. Minimum contract guarantee amount is $20,000. Work will be issued by negotiated firm-fixed-price task orders. Task Orders will be issued from time to time as the need arises during the contract period. The amount of the Task Orders will not exceed the contract amount in any period. All contract options may not be awarded if not supported by sufficient workload. b. Types of services required will include site investigations, API Inspections, studies, reports, programming, concept design, final design, and construction phase services for hydrant fuel system projects. The successful firm(s) shall be able to prepare the programming documents, accomplish plans, specifications, design analysis, and cost estimates for the complete design of petroleum, oils, and lubricants (POL) fuel storage complexes with associated hydrant fuel distribution systems for Army and Air For ce installations/bases. 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 enh ance execution, past experience with a specific customer or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, and equitable workload distribut ion. c. Extent of participation of SB, SDB, WOSB, S-DV, Hubzone. If a large business is selected, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. A minimum of 51.2% of any s ubcontracting dollars shall be placed with small business (SB) concerns. At least 8.8% of total planned subcontracting dollars shall be placed with Small Disadvantaged Businesses (SDB) to include Historically Black College and University or Minority Instit utions, 7.3% with Women-Owned Small Businesses (WOSB), 3.1% to HUB Zone small business firms (HubSB), and 1.5% with Small Disadvantaged Veteran-Owned Small Business (SDVOSB). Omaha District encourages small businesses to participate as prime and teaming w ith other small businesses. The North American Industry Classification Code (NAICS) is 541330, which has a size standard of $4,000,000 in average annual receipts over the past 3 fiscal years. It is imperative that all small disadvantaged businesses contact their Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive credit for utilizing SDB contractors/subcontractors. The subcont racting plan is not required with this submittal. 2. PROJECT INFORMATION: a. Task orders under this contract will consist primarily of design (and programming) for new, additions to, and upgrade of POL facilities including (but not limited to): Above ground storage tanks; 2,400-gallon per minute hydrant fuel distribution system s including pumps, valves, hydrant and filter separators, bulk storage systems, transfer pump houses, and controls; Buildings including pump houses, petroleum operations buildings, fuel truck maintenance buildings, and generator buildings. Task orders wil l also include infrastructure design for POL facility-related site utilities, site planning, aircraft parking aprons (pavement design), fuel pits, fill stands, off-load facilities, and roads and bridges. Finally, task orders will include requirements for facility-related special designs including cathodic protection, fire protection, NATO cut-and-cover tanks, fuel storage tank inspection, underground storage tank removal/replacement, special coatings and paints, a sbestos/lead paint removal, and demolition of existing buildings. Construction cost estimates may be required for any of the design tasks listed above. b. Work will be directed by the Northwestern Division, Omaha District, POL Center of Expertise, and may be occur anywhere Worldwide but will be concentrated in the continental U.S., Alaska, Hawaii, and its territories. The selected Architect-Engineer firm may be required to act as an extension of the Omaha District design team for one or more design disciplines on some projects. Architect-Engineer services during construction (shop drawing review and field visits) may be required. c. Systems. 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 US Army Corps of Engineers' Computer Aided Cost Estimating System (M-CACES) (software provided by Government). Specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications (UFGS). Desig n review comments and their responses will be performed on US Army Corps of Engineers Review Management System ProjNet/Dr-Checks. Drawings will be prepared in a format fully compatible with Bentley MicroStation V8 or AutoCAD version 14 or later depending on specified customer requirements. Delivery of electronic CADD and CALS files, as well as prints, will be required. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-f are primary. Criteria g & h are secondary and will only be used as tiebreakers betwe en technically equal firms. a. Specialized experience and technical competence of the firm and consultants in the following areas. Only experience that has occurred in the last eight years should be included in the proposal. All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F) (1) Design for new, additions to, and upgrade of POL facilities including (but not limited to): Above ground storage tanks; 2,400-gallon per minute hydrant fuel distribution systems including pumps, valves, hydrants, and filter separators, bulk storage sys tems, transfer pump houses, and control systems; Buildings including pump houses, petroleum operations buildings, fuel truck maintenance buildings, and generator buildings. (2) Design of infrastructure for POL facility-related site utilities, site planning, aircraft parking aprons, fuel pits, off-load facilities, fill stands, and roads and bridges. (3) Design of specialized facility-related special designs including cathodic protection, fire protection, NATO cut-and-cover tanks, fuel storage tank inspection, underground storage tank removal/replacement, and special coatings and paints. (4) 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. Special emphasize should be provided for previous exp erience with Military Fuel IDIQ Contract Task Orders (5) 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, demolit ion of existing buildings, and permitting required for project construction. (6) Use of the MCASES Gold cost estimating system. b. Professional personnel qua lifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following key design disciplines. Key disciplines that are required to be performed by registered and li censed professionals are: project management, architecture, interior design, landscape architecture, master planning, mechanical, electrical, structural, civil, sanitary (water and wastewater), environmental (hazardous waste), cost engineering, soils engi neering, asbestos/lead remediation, and land surveyor. Evaluation of these disciplines will consider education, training, relevant experience in design of similar facilities, and longevity with the firm. The availability of an adequate number of personne l in the key disciplines shall be presented to insure that the firm can meet the required schedule. (SF 330, Part I, Sections E & G) c. Work management: A proposed management plan shall be presented that includes an organization chart and addresses team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of t he prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Quality control procedures and team organization, including c onsultants as described in the Design Management Plan. The selected A-E firm must be able to provide designs that meet guidance, criteria and quality standards without detailed review by the District. The firm must also present a logical team organization that provides an effective method of coordination and communication between the individual team members as well as consultants. (SF 330, Part I, Section H, Item 1) d. Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. Previous experience of IDIQ Military Fuels contract task orders (including time frame, number of task orders, and total dollars) will be considered. Firms that can show experience working with the Omaha D istrict, POL Center of Expertise, will receive a higher rating. (SF 330, Part I, Section H, Item 2) e. Past performance on DoD and other contracts with respect to quality of work, cost control (maintaining the project construction cost below the Programmed Amount), and compliance with performance schedules. (Will be evaluated from ACASS information ob tained by the Omaha District Office) f. Compatibility with CADD systems. Drawings will be prepared in a format fully compatible with Bentley MicroStation V8 or AutoCAD version 14 or later depending on specified customer requirements. g. Extent of participation of SB, SDB, WOSB, S-DV, Hubzone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. (SF 330, Part I, Se ction H, Item 3) 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. The interested firm shall include any current IDIQ Military Fuels remaining contract capacity (an d organization that contract is with) (SF 330, Part I, Section H, Item 4) 4. SUBMISSION REQUIREMENTS: a. Interested firms must submit two copies, each containing Parts I and II of the SF 330 information. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, an d Subsequent Sections are as defined in the SF330 Instructions). Pages shall be numbered. b. Include the firms ACASS number on the SF 330, Part I, an d Block B. On the SF 330, Part I, Block C, provide the ACASS number for each consultant, if available. If your firm does not have an ACASS number, it can be obtained from the Portland District, Corps of Engineers ACASS database by calling (530) 808-4591. c. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1  Management Plan Include the information requested in Paragraph 3c above. (2) Item 2 - Capacity to complete the work. Reference Paragraph 3d above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight d esign schedules. (3) Item 3 - Extent of participation of SB, SDB, WOSB, S-DV, Hubzone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1c above. (4) Item 4  Volume of DOD contracts within the last 12 months - Reference Paragraph 3h above. Provide a complete listing of all DOD projects designed within the last 12 months. This listing shall include all DOD projects performed within the last 12 mo nths, no matter what stage of design or the extent of design effort required. d. The SF 330 shall have a page limit of 140 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch. e. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical l ocation. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1- 866-705-5711. f. Mailing address for submission: US Army Corps of Engineers, 106 South 15th Street, Omaha, NE, 68102, ATTN: Spohn, Solicitation Number W9128F-07-R-0016. Ms. Spohn can be reached at 402-221-4102 and via Internet Sharon.A.Spohn@usace.army.mil. All tech nical questions should be directed to Mr. Brasch, (402) 221-4916. Solicitation packages are not provided. This is not a request for proposal. Submittals must be received no later than 2:00 p.m. central time, March 20, 2007. Personal visits for this solic itation to the Omaha District offices will not be scheduled. Please check for updates to this announcement in FedBizOpps.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01234074-W 20070218/070216223103 (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.