Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) services are required at Fort Jackson, South Carolina for three (3) Multidiscipline Indefinite Delivery-Type (Architectural) contracts for the Directorate of Logistics and Engineering, Fort Jackson, SC.

Notice Date
5/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-07-R-0018
 
Response Due
6/25/2007
 
Archive Date
8/24/2007
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION: Architect-Engineer (A-E) services are required at Fort Jackson, South Carolina for three (3) Multidiscipline Indefinite Delivery-Type (Architectural) contracts for the Directorate of Logistics and Engineering, Fort Jackson, SC. The contract will be administered by Fort Jackson for use on federal projects under its jurisdiction and, if requested, for other installations, i.e., Shaw AFB, McEntire ANG, McGrady Training Center (Wet Site) SC NG. All firms may be selected as a Managem ent Consulting/Assistance Firm (MCAF). The MCAF will be assigned task orders to prepare Project Scope of Work Details, Desk Estimates, and Instructions up to Concept Design (Typically 35% Design) for delivery through Fort Jackson to the other selected age ncies, firms, Indefinite Delivery-Indefinite Quantity (IDIQ) contractors, or to be used by Fort Jackson personnel to complete Full Design and/or Construction. Specifically, the MCAF will then assist Fort Jackson in the review and coordination processes to reach a successful, Full Design whether accomplished by other selected agencies, firms, IDIQ contractors, or Fort Jackson personnel. Finally, the MCAF may be tasked to assist in developing Technical Procurement Packages, Review of Proposals, Review of Su bmittals and/or Shop Drawings, and Construction Management or Construction Management assistance to Fort Jackson Construction Management personnel. Only A-E Firms within a 100 mile radius of Fort Jackson will be considered for award. Contract limits and c ontract size will be determined at the time of selection. Typically, each contract will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years. An option may be exercised before the expirati on of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The total of all task orders during each ordering period, including options if exercised, may not exceed $750,000. Individual task orders may n ot exceed $750,000. The total amount of each contract over the three-year ordering period may not exceed $2,250,000. None of these projects is yet authorized and funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will be based upon the following factors: (1) Performance and quality of deliverables under Indefinite Delivery Contracts (IDC), (2) Proximity of the firm to the project site and familiarity with design criteria/codes and construct ion methods used at the locality and (3) Current capacity of the firm to accomplish the task order in the required time. The North American Industry Code System (NAICS) is 541330; size standard $4 million. This announcement is open to all firms regardless of size. An 8(a) set-aside selection or unrestricted selection may be made from this announcement. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF330, by identifying subc ontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The f ollowing subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan: of the subcontracted work, 62% to small business (SB); 10% to small disadvantaged business (a composite of small business); 5% to women-owned business (a composite of small business); 2.5% HUBZone small business (a composite of small business); 3% to Service-Disabled Veteran-Owned Small Business (a composite of small business). Written justification must be provided if the minimum small business goals c annot be met. The small business subcontracting plan will be evaluated in accordance with AFARS 19.7, Appendix CC. PROJECT INFORMATION: Projects anticipated under this contract will generally be less than 0.5 million in construction value. Task orders to be issued under these contracts may include design of new facilities and major renovations related to construction; additions and alterations of buildings, mi litary training facilities, roads, drainage and utility systems; engineering studies, project planning, topographic surveying to support designs, lead-based paint and asbestos sampling/analysis/abatement design, construction phase services including shop d rawings review and preparation of O&M manuals; and cost engineering using Microcomputer Aided Cost Engineering System (MCACES), RS Means or other software. All design files must originate in and be delivered in the (*.dgn or *.dwg) format. Exceptions may b e granted if the use of scanned files is required. In this case, the scanned files must be converted to (*.dgn or *.dwg) format for delivery. All design files will be developed using the Tri Service A/E/C Standard ( https://tsc.wes.army.mil/products/standa rds/aec). The standards include naming convention, file and directory structure, line weights, levels, and color. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance with the most important factor listed first. Criteria A-G are primary. Criterion H is secondary and will be used as a tie-breaker among technically equal firms. ****A. Specialized experience and technical competence in (1) Design of additions and alterations of building, road, drainage and utility systems, (2) Design of new building, road, drainage and utility systems, (3) Engineering studies and project planning, (4) Topographic Surveying, (5) Universal Waste, Hazardous Waste, Lead-based paint and asbestos sampling/analysis/abatement design, (6) Construction phase services including shop drawing review, and preparation of O&M manuals, (7) Originating design files in (*.dgn or *.dwg) format, and (8) cost engineering using MCACES, RS Means or other software, (9) prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (sustainable design), and (10) application of Force Protection Criteria. Offerors will be evaluated in Sections E, F and G of the SF 330. ****B. Offerors will be evaluated on contracts within the past five years with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedule (list previous contracts and include the name and t elephone numbers of key contractor individuals responsible as well as POC representing the government or private industry for each contract). Indication of favorable performance ratings, awards, and repeat clientele in Section H of the SF 330 is recommend ed. ****C. Capacity to accomplish multiple simultaneous task orders and provide staff in the following disciplines: architecture, civil, structural, mechanical, fire protection and electrical engineering, and topographic surveying. Minimum required capacity i s one professional for architect, structural, civil, electrical, and mechanical. But additional capacity is desirable (Industrial Hygienist, Asbestos/Lead Paint Abatement Professional, Environmental Engineer). Please show the total strength of each discip line and only indicate the number of personnel located in the specific office submitted on the SF 330. Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under th is contract. Also on the organizational chart, show lines of responsibility and communication between project team leaders and team members. Indicate the primary office where work for this contract will be completed. Clearly identify and address any work that will not be done out of the primary office and the functional relationship between multiple offices, quality control procedures, cost co ntrol procedures, performance schedule adherence procedures, plan for handling multiple simultaneous delivery orders, and small business (SB) status on proposed team. ****D. Professional qualification of key management and design staff for each Architect-Engineer discipline. Offerors shall submit resumes for all key personnel. Offerors will be evaluated on the resumes submitted in Section E of the SF 330 in the follow ing order of descending importance: (a) Key personnel are professionally licensed, registered and/or certified, (b) Years of experience of key personnel on projects similar in scope to the type of work required by this contract, (c) Education of key perso nnel and relevance to assigned role in contract, and (d) Years of experience working with other key personnel identified as proposed team members in response to this announcement. ****E. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area where the work is anticipated to be accomplished. ****F. Volume of past DoD work. Offerors shall list in Section H of the SF 330 the number of DoD jobs awarded in the last 12 months (as described in Note 24) in addition to the other information required in Part II Block 11 of the SF 330. ****G. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. ****H. Proximity of the firm to Fort Jackson, SC. Annotate the number of miles traveling by car between each firm identified in response to this announcement and to Fort Jackson, SC in Section C of the SF 330. SUBMISSION REQUIREMENTS: All firms desiring consideration shall submit two (2) copies of the requested SF 330 (6/2004 VERSION ONLY) by 1:00 PM on Monday, 25 June 2007. Copies shall be sent to the following address: Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Ms. Sharon Carter, Building 1-1333 Armistead and Macomb Street, Fort Bragg, NC 28310-5000. Facsimile submittals will not be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to tr ansmit this plan with their SF 330. The Technical POC is Mr. Gary Bowling at (803) 751-3835, Electrical POC is Mr. George Dib at (803) 751-3823 and the Mechanical POC is Mr. ByungJoon Kim at (803) 751-3839. All contractors must be registered in the Centr al Contractor Registration (CCR) to be considered for an award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through the CCR Assistance Center (CCR AC) at 1-888-227-2423 or (269) 961-4725. NOTE: In order to maintain total objectivity in the A-E selection process, phone calls and emails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. This is not a request for proposal.
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01301476-W 20070525/070523230004 (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.