SOLICITATION NOTICE
C -- ID AE MULTIDISCIPLINE DESIGN/PROFESSIONAL SERVICES PRIMARILY FOR SAN ANTONIO AREA AND THE UNITED STATES
- Notice Date
- 7/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-07-R-0095
- Response Due
- 8/20/2007
- Archive Date
- 10/19/2007
- Small Business Set-Aside
- N/A
- Description
- THIS ANNOUNCEMENT CONTINUES UNDER Solicitation No. W9126G-07-R-095A. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS. 1.0 - CONTRACT INFORMATIONa. General: This indefinite delivery/indefinite quantity (IDIQ) architectural/engineeri ng (A-E) Services contract for Multidiscipline Design and/or other Professional Services is being procured in accordance with the Brooks A-E Act (PL-582) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. A Firm will be selected for nego tiation based on demonstrated competence and qualifications of the required work. North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average a nnual receipts and which corresponds to SIC Code 8711. This announcement is open to all businesses regardless of size. The contract is anticipated to be awarded on or about November, 2007 for a not to exceed total $37 million with four (4), one-year opti ons rate renewals. The intent of this acquisition is to award a single IDIQ Contract with a cumulative amount not to exceed $37,500,000 for a term not to exceed five (5) years. This IDIQ shall have a guaranteed minimum of 5,000.00, not to include option rate renewal periods. The capacity of the contract will not be tied to one option period. The contract shall be issued as Indefinite Delivery/Indefinite Quantity (IDIQ) type contract, with firm fixed priced labor rates. Each task order issued shall be fir m-fixed price (as negotiated). The contract shall be awarded subject to the availability of funds, FAR 52.232-18, because the contract shall not be fully funded at the time of award. Funding shall be cited on individual task orders. In the event this cont ract is used to develop design-build supporting documents for use in a one-step or two-phase design-build selection (FAR 36.302), the prime A-E and sub-consultants shall be prohibited from teaming with design-build firms to compete in the final design-buil d construction solicitation in accordance with FAR 9.505-2. b. Nature of Work: The proposed contracts are required for design and integration support primarily for the Department of the Air Force, Lackland AFB Recruit Housing & Training (RH&T) Program w hich consists of phased projects primarily at Lackland AFB, San Antonio, TX. The Recruit Housing & Training (RH&T) will replace aging assemblage of dormitories and classroom buildings located around western half of Lackland AFB. The goal is to create a coh esive campus like atmosphere for the Basic Military Training (BMT) functions. The concept is more efficient land usage and creation of the sense of purpose for the training recruits. It is too also replace severely aging facilities with modern up to date f acilities incorporating both function and form of the campus type atmosphere while providing more efficient and economical facilities to use and maintain. It may also include work for other agencies, Civil Works and miscellaneous military projects within or assigned to the Southwestern District Fort Worth (SWF), Southwestern Division (SWD), U.S. Army Corps of Engineers and on a limited basis nationwide. Any work requested other than Lackland RH&T Program related projects on this contract must be approved t hru SWF prior to use. No specific project requirements are identified at this time and therefore funds are not presently available for the contract. As project requirements are received for execution, award of task orders under this contract will be consi dered if A-E services are required. It is anticipated that the large portion of this contract work will be for the Lackland RH&T Program. c. Contract Award Procedure: This announcement is open to all businesses regardless of size. If a large business f irm is selected for this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan for that part of work it intends to subcontract. The sub-contracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB); (2) at least 8.8% of a contractors intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7.3% of a contractors intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 1.5% of a contractors inten ded subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 3.1% of a contractors intended subcontract amount be placed with HUB-Zone SB. The plan is not required as part of this submittal but will be required with the fee prop osal of the firm selected for negotiations. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be certified by the U.S Small Business Administration and registered in the Central Contractor Registration (CCR) database . Failure of a proposed small disadvantaged business to be certified and registered at the time the SF 330 responses are submitted will result in their elimination as a proposed subcontractor. The proposed services will be obtained by Negotiated Firm-Fixe d Price, Indefinite Delivery/Indefinite Quantity Contract. To be eligible for contract award, a firm must be registered in the CCR. Register via the CCR internet site at http://www.ccr.gov. To be eligible for contract award, firms must 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 1-888-227-2423. d. Place of Performance: The A-E staff directly supporting the US ACE Program Manager, the Project Managers, and the associated construction office team through project integration and construction management duties may be required to be located where the work is being accomplished (locations include but are not limited to District Offices, District Field Offices, and on-site locations). In some cases, the on-site A-E staff may be housed in government furnished office space. The physical location of the design team and those team members not directly supporting the proje ct integration and construction management on-site work can be located per the A-Es preference. 2.0 - PROJECT INFORMATION: As projects are received for execution, award of task orders under this contract will be considered if A-E services are required. Anticipated services will be primarily for program integration services, program, project, and design and consultant services to USACE within the Southwestern Region (primarily the Fort Worth District). It is anticipated that a large portion of this work will be for, but not limited to Lackland AFB, RH&T Program. Program integration services may include, but are not limited to the following: Feasibility studies; facility assessments and site investigations; remediation/abatement recommendations on HAZMAT ; document preparation for federal, state and local agencies; pilot studies; engineering evaluations and cost analysis; general investigation and design activities in support of DOD and regulatory compliance; support for environmental studies/plans regardi ng various environmental compliance regulations including but not limited to asbestos, lead base paint, mold, and other hazardous/toxic/regulated materials; documentation support of transfer of government property, records searches, oversight of field oper ations; construction management support; engineering studies and reports; risk assessments; research, master planning and related studies; community relations; surveying and mapping; topography and boundary surveys; GIS modeling; project simulation modelin g, BIM; Geotechnical services; Submittal and shop drawing review; and other construction documents for a various types of projects; coordination for ordinance a nd/or explosives investigations; AT/FP compliance; development of full design packages for Best Value Request for Proposals (RFPs) for multiple facility types; Request for Proposal (RFP) packages for design-build of multiple facility types. The A-E shoul d expect to become a significant part of the governments Lackland RH&T Program delivery team. Work and deliverables may also include engineering studies, environmental studies, reports and recommendations, formulation of facility sustainment programs, CA DD produced plans, specifications prepared utilizing Specsintact (Government furnished software). All CADD files used for the creation of the construction documentation plan set will be delivered in AutoCADD (latest version) or MicroStation (latest version ) as required and prepared in conformance with the CADD/GIS Technology Center A/E/C CADD Standard Release 2.0 (available at the following internet website: https://tsc.wes.army.mil/products/standards/aec/aecstdweb.asp). The design will be prepared using E nglish system of measurement. Construction cost estimates will be prepared using Corps of Engineers MII Computer Estimating System. Cost Estimating software will be provided by the Government. Building Information Modeling (BIM) software will be utilized during the Design phase and will also be developed for use by the General Contractor and subcontractors during construction. The AE design firm is to use a BIM application certified in the IFC Coordination View (2X2 or better) for Design Development, Desi gn Analysis, Interference Checking, Design Coordination & Review, Specification Coordination, Contract Document Production, Visualization/Renderings, Quantities Take-off/Cost Estimation, Construction Data Management, Modifications, RFIs, and Asbuilts. The IFCs provide a standard format for BIM to allow sharing of information between domain and discipline software systems. Design considerations may include landscaping, architectural evaluations, hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans, and construction site requirements. The specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications. Responses to design revie w comments will be provided using Corps of Engineers DR Checks system. All deliverables will be required in hard copy form and electronic files electronic files may be required to be provided on CD-ROM, DVD, or compact disk. (For more information on Spec sintact, M-CACES, electronic advertising process, etc. go to http://www.swf.usace.army.mil//links/e&c/ec-a. Materials and sites to be investigated may contain Asbestos, Lead Based Paint, CFC's, PCB's, Radiological Waste, UST's, OE, or any other related HTRW/Environmental Material on potentially contaminated sites. Some work may require attending public meetings, and coordinating with Federal, State, and Local regulatory agencies. 3.0 - SELECTION CRITERIA: Selection criteria in descending order of impo rtance are as follows: Criteria (a)-(f) are primary criteria; items (g)-(h) are secondary and are used as tie-breakers among technically equal firms): Specialized Experience and Technical Competence (Ensure that all special experience requirements are ref lected on appropriate personnel resumes in Section E, Part I, Standard Form (SF) 330. The selected team must demonstrate recent (within the past 5 years) significant experience in the items below. The definition of the word demonstrate, as used herein, is to furnish, show, or state examples of each of the following requested items: PRIM ARY criteria are as follows: (a) Specialized Experience and Technical Competence: (1) The team must demonstrate recent (within the last 5 years) and significant experience in the program integration of multiple concurrent design and construction projects and significant experience in the design of facilities and infrastructure at military installations, paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, value engineering, and environmental issues. (2)Firms must demonstrate experience in dormitory/barracks type facilit ies, training facilities and classrooms, and similar multi-facility campus type complex in a synergistic and coordinated configuration.(3) Firms must demonstrate specialized experience in Construction Management including complex scheduling, phasing, const ruction oversight and coordination.(4) Firms must demonstrate experience in information and communication management and the utilization of current software for data collection, data management, data analysis, data presentation and decision making (i.e. GI S, webpage, electronic databases, project management software, change control systems, filing systems, and systems that allow access to technical documentation). (5)Firms must demonstrate experience in project controls (throughout programming, design and c onstruction over-site cycle of the program using construction software simulation systems that provides detailed construction cost estimates fully integrated with labor-driven schedules), simulation and scheduling of a complex, multiphase program.(6) Firm s must demonstrate site design, and construction integration experience on multi-use land development.(7) Firms must demonstrate corporate and individual experience in Sustainable Design and sample projects that have been LEED certified.(8) Firms must also demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design.(9) Firms must demonstrate experience in coordinating with multiple teams, customers, agencies, and contractors.(10) Firms must demonstrate experience in programming and master planning.(11) Firms must demonstrate the ability to prepare specifications using the Government furnished program, Specsintact, and Construction cost estimates by u sing Government furnished programs, M-CACES or MII. Design Team members must demonstrate prior experience in the use of M-CACES. (12)Firms must demonstrate the ability to prepare full design packages, Best Value RFP packages and design build RFP packages. Firms must have personnel with at least five years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 80 and 101. (13)Firms must demonstrate the ability to submit drawings in AutoCADD and Mic ro-Station utilizing current versions and demonstrate the ability to utilize BIM. (b) Professional Capabilities: The contract will require for the A-E (either in-house or through a consultant) as a minimum, the following: Three (3) Project Managers, Three (3) registered Architects, one (1) Landscape Architect, one (1) Architectural Hardware Specialist, one (1) Interior Designer, three (3) three registered Electrical Engineers, one (1) Systems Engineer specializing in Communications (RCDD) three (3) registe red Mechanical Engineers, three (3) registered Civil Engineers, one(1) registered Geo-Tech Engineer specializing in geo-technical analysis and reporting, a certified soil boring and testing firm, three (3) registered Structural Engineers, one (1) registere d Fire Protection Engineer, (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; 2) A registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES); or 3) A registered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), one (1) Life Safety Specialists, two (2) environmental survey specialists, one (1) registered Environmental Engineer, a certified testing lab, one (1) Value Engineer, two (2) LEED certi fied professional familiar with compliance of sustainability requirements during design and construction, two (2) Cost Estimators, one (1) registered Surveyor as well as survey crew personnel. None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Registration and certification as required by various state laws will be necessary. Firms should demonstrate strong ability to provide comprehensive progr am and project management for complex work; strong ability to provide comprehensive environmental technical and compliance support; ability to provide necessary number of teams or crews for complex and unexpected field, laboratory and regulatory compliance support; ability to initiate, manage and complete multiple concurrent delivery orders; ability to meet unforeseen schedule changes. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Resumes shall be provided for each of the personnel listed above. Repeat the resume page as required to provide information on all personnel referenced. Resumes for the survey crew, drill crew and t esting labs are not required. NONE OF THE REQUIRED PERSONNEL CAN BE DUAL POSITIONED. A separate employee must be on the Design Team except as noted for each stated requirement above to meet the personnel required. Ensure that resumes are provided for ea ch of the required Architects, Engineers, and other personnel specifically listed. Resumes for the survey crew and drill crew/lab are not required. In the event the selected firm decides to utilize personnel in the performance of this Contract for which r esumes were not submitted prior to award, the firm shall, prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the submitted personnel must be equal to or better than those whose resumes were submitted. (c) Past Performance: Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. Firms must demonstrate experience in awards of successful designs and must demonstrate e xperience in evaluating contractors construction material and equipment submittals, shop drawings, and performing on-site construction surveillance. It is suggested that one relevant project per page is presented to ensure that scope of relevant projects are clearly defined and that participation by the proposed design team is fully identified and defined on past projects. (d) Capacity to Accomplish the Work: Firms must demonstrate adequate team capacity to coordinate, design, manage all requirements for multiple task orders while meeting all schedules and established milestones. Firms must show sufficient capacity to respond on short notice, mobilize qualified personnel, meeting all schedules, and produce quality results under short deadline constraints to complete three task orders concurrently for accepted task orders. Submitting firms should demonstrate experience with similar size contracts and the available capacity of key disciplines. (e) Demonstrate past performance success in preparing, preferab ly U.S. Army Corps of Engineers, Design-Bid-Build type project packages and Design-Build projects. This includes all applicable architectural criteria, building codes, environmental regulations, seismic requirements, wind loads, soil conditions, and regula tory agencies. (f) Knowledge of Locality: Firms should show their familiarity (primarily, but not limited to) the geographical districts applicable to the Texas, New Mexico, Louisiana and Oklahoma areas especially the San Antonio area and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. SECONDARY criteria are as follows : (g) Subcontracting: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. (h) Volume of DOD contract awards: Firms mu st show their last 12 months DOD contract awards stated in dollars. THIS ANNOUNCEMENT CONTINUES UNDER Solicitation No. W9126G-07-R-095A. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS.
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN01344464-W 20070719/070717221545 (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 |