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 CONTRACTS FOR CONSTRUCTION MANAGEMENT ENGINEERING SERVICES IN SUPPORT OF VARIOUS MILITARY, CIVIL WORKS, AND DEPARTMENT OF ENERGY PROJECTS WHICH ARE GENERALLY WITHIN, BUT NOT LIMITED TO, THE TULSA DISTRICT BOUNDARIES.

Notice Date
2/16/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-07-R-2016
 
Response Due
3/30/2007
 
Archive Date
5/29/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Questions should be addressed to: Mr. Randy Bratcher at 918/669-7459. Required services consist of Construction Management Engineering services in support of various Military, Civil Works, and Department of Energy projects which are generally within, but not limited to, the Tulsa District boundaries. These services shall be pro?cured in accordance with PL 92-582 (Brooks Architect-Engineer Act) and FAR Part 36. Most of the work will be located within Oklahoma, Kansas, and Texas. A minimum of one indefinite delivery contract will be negotiated and awarded, with a base term n ot to exceed one year and two option terms not to exceed one year each, for a maximum total of three years. The maximum term per each contract will be $3 million and 3 years. The amount of work in each con?tract term will not exceed $1,000,000. An optio n term may be exercised when the contract amount for the base term or preceding option term has been exhausted or nearly exhausted. Work will be issued by negotiated firm fixed-price task orders not to exceed the contract amount. The selection authority will consider the following factors in deciding which contractor (or contractors) will be selected for negotiation of the task order(s): performance and quality of deliverables under the current con?tract, current capacity to accomplish the order in the r equired time, uniquely specialized experi?ence, and equitable distribution of work among the contractors. This is not a request for proposal, and there is no bid package. This procurement is set aside for Service-Disabled Veteran-Owned Small Business con tractors. The first contract is anticipated to be awarded on or before July 2007. The minimum award under the contract (or contracts) is $2,000 in the base term or $1,000 in an option term. Contractors will be selected for negotiations based on their qu alifi?cations submitted in accordance with this announcement. The wages and benefits of service em?ployees (see FAR 22.10) performing under this contract (or contracts) must be at least equal to those deter?mined by the Department of Labor under the Servi ce Contract Act. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http:ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information C enter at 800/334-3414. 2. PROJECT INFORMATION: General required services consist of performing construction management services on construction projects as needed throughout the Tulsa District or projects assigned to the Tulsa District. The selected co ntractor (or contractors) shall have personnel with expertise in Military, Civil Works, and Department of Energy construction. The selected contractor (or contractors) shall be familiar with the Corps of Engineers Windows Version Resident Management Syst em (WinRMS). Specific services consist of expertise in review of contractor schedules (P3), construction inspection, and building code requirements (national, state, local, as applicable). The selected contractor (or contractors) shall also provide engin eering services. Engineering services shall consist of the following: design review, cost estimating using MII, preparation of plans, design/build requests for proposal solicitation packages, specifications, construction cost estimates, studies, and perm it applications, and performance of construction support services such as shop drawing reviews, field consultation, design modifications, operation and maintenance manuals, and as-built drawings. Metric scale may be required on plans for new construction. The selected contractor (or contractors) will be required to produce CADD drawings compatible with MicroStation software (latest version) of Bentley Systems and AUTOCADD (latest version), produce cost estimates using Corps of Engineers Computer Aided Cos t Estimating System (M-CACES Gold, software provided, latest vers ion), preparing specifications using SPECSINTACT Software, and preparing any GIS files for input to ESRI graphic systems (Arcview and Arcinfo). The selected contractors (or contractors) personnel that assist the Tulsa District on Department of Energy pr ojects at the Pantex Plant, Amarillo, TX, shall have a Q or L clearance. 3. SELECTION CRITERIA: See Note 24 for general selection process. The primary selection criteria for this particular con?tract (or contracts) are listed below in descending order o f importance. Criteria A. through E. are primary. Criteria F. through H. are secondary and will only be used as tie-breakers among technically equal firms. A. Past Performance in Construction Management on DoD and other contracts with respect to time ly construction support, technical support, WinRMS expertise, review of construction schedules, cost estimating, and building code requirements. B. Experience: Broad, recent (past 5 years) experience and technical competence of the contractor in constru ction management services. C. Knowledge of Locality. Knowledge of local construction methods for the Oklahoma, Kansas, and Texas area. D. Professional Qualifications of personnel in the following disciplines: construction management, architecture, el ectrical, mechanical, fire protection, civil, structural, cost estimating, geotechnical, surveying, and project management. Particular focus will be on the qualifications of per?sonnel with knowledge of national, state, and local codes for the Oklahoma, K ansas, and Texas area. E. Sufficient Capacity to provide personnel on numerous construction contracts that are administered by the Corps of Engineers. Anticipate number of personnel needed could range from 10 to 50 at any given time, depending on the wo rkload. Time duration of personnel usage will range from three (3) months to two (2) years or longer as needed, depending on the construction workload requirements of the Tulsa District Corps of Engineers field offices. The majority of personnel needed will be required for projects at the Fort Sill Resident Office, Lawton, Oklahoma, to assist the Resident Engineer in the upcoming BRAC Program, which is still to be determined. The selected contractor (or contractors) shall also have Engineers (all discip lines) available as needed to provide services in the Engineering and Construction Division Office, Tulsa District, during peak workloads or deployment of Government personnel. Time duration of personnel usage will range from one (1) month to one (1) year or longer as needed, depending on the workload requirements of the Tulsa District Office. F. Volume of DoD contract awards in the past 12 months as described in Note 24. G. Small Business and Small Disadvantaged Business participation. The extent of partici?pation of Small Businesses and other Socio-Economically Disadvantaged Small Businesses or Entities will be measured as a percentage of the total anticipated contract effort regardless of whether the Small Business or other Socio-Economically Disad vantaged Small Business or Entity is a prime contractor, subcontractor, or joint venture part?ner; the greater the participation, the greater the consideration. H. Geographic proximity. Loca?tion of the firm in relation to the location of the Tulsa Dist rict. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities and qualifications to perform this work must submit one copy of the SF 330 Parts I and II to the above address no later than 4:30 p.m. on March 30, 2007. Regulations require that the selection board not consider any submittals received after this time and date. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. The firm shall present a proposed organization chart and a narrative describing how the organization will function. Those functions to be subcont racted out and to which location shall be clearly identified and at what office (specify the address of the office and key person that is assigned there). Address all Selection Criteria in descending order of importance, as defined in Section 3 of this an nouncement, in SF 330, Section H. This is not a request for proposal. Cover letters and extraneous materials are not desired and will not be con?sidered. Personal visits to discuss this contract (or contracts) will not be scheduled. As required by acqu isition regulations, interviews for the purpose of discussing prospective contractors qualifications for the contract (or contracts) will be conducted only after the submittal review by the selection board. Interviews will be conducted by telephone. Que stions should be addressed to: Mr. Randy Bratcher at 918/669-7459, U.S. Army Engineer District, Tulsa, 1645 S. 101st East Avenue, Tulsa, Oklahoma 74128-4609. This procurement is set aside for Service-Disabled Veteran-Owned Small Business contractors.
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN01234079-W 20070218/070216223110 (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.