SOLICITATION NOTICE
C -- A-E Indefinite Delivery Contract for Construction Management Services to Corps of Engineers, Kansas City District & Omaha District.
- Notice Date
- 5/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-07-R-0039
- Response Due
- 6/22/2007
- Archive Date
- 8/21/2007
- Small Business Set-Aside
- N/A
- Description
- Architect and engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required to support delivery of Construction Management Services to activities and organizations within or assigned to the Kansas City Dis trict, U.S. Army Corps of Engineers.Selection will be made for one or more Indefinite Delivery Type Contracts not exceed $3.0 million. This contract will be for a period of 3 years beginning 16 July 2007 and ending 15 July 2010. This announcement is open to all businesses regardless of size. 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 the work to be subcontracted. The subcontracting goa ls for the Kansas City District are as follows: a minimum of 51.2% of the contractor's intended subcontract amount placed with Small businesses (SB), 8.8% placed with Small Disadvantaged businesses (SDB), 7.3% placed with Women-Owned small businesses (WOSB ), 3.1% placed with Hub Zone small business, and 1.5%.placed with Service-Disable Veteran-Owned small business (SDV), The subcontracting plan is not required with this submittal. The small business standard for this effort is based on the average annual re ceipts 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 under t hese contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work).To be eligible for contract award, a firm must be r egistered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov.This solicitation is a multiple award Indefinite Delivery, Indefinite Quantity (IDIQ). Three contracts will be awarded each with a capacit y of $3.0 million. These contracts are being procured in accordance with Public Law 92-582 (Brooks Act) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. T he work contemplated herein is for CMS on Civil, Military and Environmental construction programs. Services will be requested on an as-needed basis, dependent on the level of construction workload and availability of internal resources. Services vary in n ature; and duration may extend up to several months. The focus of the proposed A-E services contracts is to support the US Army Corps of Engineers in the administration and oversight of construction projects in Kansas, Missouri, Wisconsin, Minnesota, Iowa, North Dakota, South Dakota, Nebraska, Montana, Wyoming, and Colorado. Task orders will be issued as the need arises during the contract period. It is anticipated that the first contract will be awarded not earlier than July 2007. One or more months may el apse between subsequent contract awards. The method used to allocate Task Orders among the Contracts will include consideration such as capacity to accomplish the Task Order and past performance. Evaluation Factors for Award (A) Primary Selection Criteria, listed in descending order of importance. 1. Factor 1 Qualifications and Experience. Demonstrate the qualifications and experience of the team, including sub-contractors, on required quality assurance/ construction management services similar to that described in this RFP. For each position / discipline listed below (except Construction Representative and QAR), provide the names of three (3) individuals and submit their qualifications and experience to demonstrate that each one meets the requirements of the position descriptions included in Sec tion C. For the Construction Representative/ QAR position, provide the names of six (6) individuals and submit their qualifications and e xperience to demonstrate that each one meets the requirements of the position description included in Section C. Include the following information: " Name and Position being proposed. " Detailed Description of the Qualifications and Experience for the individuals being proposed (including time of service specific to each project, type of construction projects, construction cost, construction activities for which inspection and oversigh t was being performed, location and duration of projects, exact title and duties of the position filled on each project). " Project owners name, address, telephone, email (to be contacted by the Government). " Employer name, address, telephone, email (to be contacted by the Government). " Project completion date (estimated if in progress) " Brief explanation that illustrates the capabilities of each individual and relevant job experiences and qualifications for the position being nominated. Positions/Disciplines Project Engineer Construction Representative Engineering Technician Quality Assurance Representative Civil Engineer Architect Electrical Engineer Mechanical Engineer CADD BICSI Certified ITS Professional (Building Industry Consulting Service International Information Transport Systems Professional) Clerical Cost Estimator Scheduler Factor 2 Project Management. The Project Management Plan shall include the following: " The team structure described with an organizational chart to include: " Key management personnel names and their title. " Key quality assurance/ construction management personnel and their title. " Ability to mobilize as required in the Scope of Work. " Overall management approach to implementing and maintaining the requirements described in this Statement of Work " The process for resourcing (including procedures for evaluating personnel qualifications and experience, security considerations, hiring, etc.) the positions and disciplines described herein. " The schedule for initial resourcing of required positions, and the subsequent routine hiring/personnel placement time during the life of each option period. " The process for establishing and maintaining effective means of communication with USACE project personnel on a daily basis. " The interaction process with the Corps of Engineers and the roles that the team members will have in dealing with issues such as, but not limited to, inconsistent attendance, lack of effective communications, performance; etc. " The process and schedule for delivering invoices. Factor 3 - Personnel Resources. Provide professional resume data on the following individuals who will be key personnel on the project team. Key personnel identified in this section should be senior working-level people who will be involved in the hiring, placement, performance evaluation, disciplinary action, and coordination with USACE personnel on a day-to-day basis, as opposed to departmental level supervisors or executives. By identifying these personnel, the offeror makes a commitment that, barring un foreseen circumstances; they are the personnel who shall be assigned to the project. All key personnel shall have a minimum of five years of professional experience. " Project Manager for the overall contract " Quality Control Manager to manage day to day performance and coordinate with USACE. " Technical Qualifications and Experience Evaluator " Personnel Evaluation Manager " Security Evaluation Manager " Personnel Action (Hiring/ Disciplinary Action) Manager " Payroll Manager Information to be provided for key personnel should be limited to no more than one-half page per person and shall include: " Name and title " Project assignment " Name of firm with which associated " Years experience with this firm and with other firms " Education degree(s), year, specialization " Active registration, year first registered " Other experience and qualifications relevant to the proposed project Factor 4 Past Performance. ACASS is the primary source of information on past performance. ACASS will be queried for all firms submitting a proposal. When deemed appropriate by the evaluation board, performance evaluations for any significant subcontrac tors who have previously been prime A-E contractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm if none is available from ACA SS. The board will consider the relevancy of each performance evaluation to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firms performance. A firm th at has earned excellent evaluations on recent DoD A-E contracts for similar projects will be ranked relatively high on past performance. Factor 5 Capacity. The board will consider a firms available capacity of key disciplines to perform work in the required time. Greatest weight is on project resources located in or near Fort Riley, Fort Leonard Wood, Fort Leavenworth, McConnell AFB, Kan sas City, and Whiteman AFB. (B) Secondary Selection Criteria. The following secondary criteria will not be applied by a pre-selection board and will only be used by a selection board as a tie-breaker, if necessary, in ranking the most highly qualified firms. The secondary criteria w ill not be co-mingled with the primary criteria in any type of scoring or evaluation system. The secondary selection criteria are listed in descending order of importance: 1. SB and SDB Participation. The extent of participation of SM, SDB, historically black colleges and universities (HB CU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. For information purposes, the small business size is defined by the limits of NAICS Code 541330. 2. Volume of DoD Contract Awards. The overall most highly qualified firms will not be rejected solely in the interest of equitable distribution of contracts. Responding firms should cite all contract numbers, award dates and total negotiated fees for any DoD contract awarded within the past twelve (12) months. Please indicate all Task Orders and Modifications awarded your firm by DoD agencies within the last twelve (12) months under an indefinite delivery type contract. Indicate date of Task Orders and fe e for each. 3. Geographic Proximity Firms should identify the location of the home office that will manage the work resources. Firms located near the Kansas City District Office as well as proximity to the Kansas City Districts military installations may be a con sideration. Section C - 10.2 Position Descriptions will follow in a mod SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of SF 330 (1/2004 edition) to the address listed below not later than the close of business 22 June 2007. Each firm/consultant listed within the S F 330 must have a current SF 330 on file with the Corps of Engineers, or one must be submitted with this package. Indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages will not provided, and this is not a re quest for proposal. Submit responses to: U.S. Army Corps of Engineers, Attn: CENWK-CT-M, Cheryl Williams, 760 Federal Building, 601 E. 12th Street, Kansas City, Missouri, 64106-2896. Questions of a technical nature should be addressed to John Cichelli at (816) 389-3191and those of an administrative nature to Cheryl Willi ams at (816) 389-3809.
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN01301576-W 20070525/070523230220 (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 |