SOLICITATION NOTICE
C -- IDIQ CONTRACT MULTI-DISCIPLINED A-E SERVICES IN SUPPORT OF THE MISSLE DEFENSE AGENCY (MDA) AND OTHER U.S. MILITARY PROJECTS
- Notice Date
- 7/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB07R0028
- Response Due
- 8/24/2007
- Archive Date
- 10/23/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. INDEFINITE DELIVERYINDEFINITE QUANTITY (IDIQ) CONTRACT MULTI-DISCIPLINED A-E SERVICES IN SUPPORT OF THE MISSLE DEFENSE AGENCY (MDA) AND OTHER U.S. MILITARY PROJECTS SOLICITATION: W912GB-07-R-0028 Multi-disciplined A-E services are required from initial site investigation through engineering support services during construction for various U.S. military projects primarily within the U.S. Army Corps of Engineers, Europe District Area of Responsibilit y (AOR), but may also include projects anywhere in USEUCOM or other locations in which U.S. Forces have a mission. Projects will be located outside the Continental United States (OCONUS) and the required services will demand extensive knowledge and applica ble of host nation design codes and standards. The services that may be required will consist of, but are not limited to: new or rehabilitation designs of tactical and supporting facilities for missile defense systems, missile launch, radar, control buildi ngs, workshops, power plants, communications facilities, administration buildings, and various other facilities; as well as new and rehabilitation road work, utility work, force protection and building systems work; environmental documentation, permits, sp ecial studies, and other environmental activities as required by federal and host nation laws and regulations; feasibility studies and other special studies; geotechnical investigations and topographical mapping services; programmatic support services; as -built drawings; engineering and design during construction; master planning; architectural engineering designs; specifications; design-related analyses and studies; and economic analyses and cost estimates for various facilities. An Indefinite Delivery/In definite Quantity (IDIQ) Contract (IDC) will be negotiated and awarded for one (1) base period, plus two (2) option periods. The cumulative total of all Task Orders for both the base and all option periods shall not exceed $6,000,000.00. All Task Orders w ill be negotiated and awarded as Firm Fixed Price (FFP). No one Task Order shall exceed $6,000,000. Some Task Orders may mandate that the required services be accomplished by a U.S. firm or Joint Venture (i.e., projects funded by military construction appr opriations; estimated to exceed $500,000; and or to be performed in Japan, in any North Atlantic Treaty Organization member country, or in countries bordering the Arabian Gulf). Non-U.S. firms submitting Qualification Statements must demonstrate that they have a teaming arrangement with a U.S. firm that would satisfy this requirement. The contract is anticipated to be awarded in the 1st Qtr FY08. One (1) additional award may result from this announcement for a period of one (1) year after the date of the s election approval. For informational purposes, the NAICS code of this requirement is 541330 Engineering Services and the small business size standard of US$4.5 million in annual average gross revenues for the last three (3) fiscal years. A Request for P roposal (RFP) will be issued to the Top Ranked Firm as determined by the Section Board based upon the Selection Criteria and Interviews. All firms must be registered in the DoD Central Contractor Registration (CCR) database prior to any award resulting fr om this announcement. Register via the CCR internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Information Center at +800-334-3414. SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A - F are primary. Criteria G is secondary and will only be used by the Selection Board as a tie-breaker among technicall y equal firms. A. SPECIALIZED EXPEREINCE & TECHNICAL COMPETENCE: Address the experience and technical knowledge for the proposed team by providing specific examples of relevant projects. Provide relevant- examples of no more than ten (10) projects in Section F. Indicate work completed under current and/or recently completed IDIQs and or other type contracts. Include Contract number(s), Point(s) of Contact, telephone number(s) and email address(es) for each example. The proposed team must possess specialized experience a nd technical competence within the last five (5) years relevant to the anticipated work described in this Announcement. The selection will consider experience in the design of critical defense facilities requiring specialized expertise in seismic engineer ing for essential facilities, electronic security systems, High-Altitude Electromagnetic Pulse (HEMP) shielding, explosive safety and blast effects, Failure Mode Effects Criticality Analysis (FMECA), and Reliability, Availability and Maintainability (RAM) analysis. Services may also require specialized environmental considerations such as highly corrosive coastal environments. Firms must demonstrate experience in sustainable design using an integrated design approach and emphasizing environmental stewards hip, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthful, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the proposed key personnel that demonstrate their experience, knowledge, and training in sustainable design. The A-E shall clearly demonstrate the ability to obtain secret security clearances for required personnel as well as store and process classified material in accordance with Executive Order #12958. The A-E shall also have the capability to manage, oversee, and administer security related requirements of any subcontracted A-E services. Firms must be able to provide all electronic media in formats and programs t hat are 100% compatible with Bentley Systems MicroStation for Windows (latest version) and Microsoft Office products including Word, Excel and PowerPoint (latest versions). Additionally, firms must demonstrate familiarity with Construction Criteria Base ( CCB). B. PROFESSIONAL QUALIFICATIONS: The proposed team must identify the qualifications of personnel in the following key disciplines: Project Management (Architect or Engineer), Quality Control, Civil Engineering, Geotechnical Engineering, Electrical Engineer ing, Mechanical Engineering, Environmental Engineering, Architecture, GIS Management/GIS operation, Structural Engineering and Construction Management. The lead Architect or Engineer in each discipline must be registered to practice in the appropriate pro fessional field, where applicable. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the firm for all proposed key personnel. The team must be capable of certifying that all work is in compliance with U.S. and host nation laws and regulations. C. MANAGEMENT PLAN: Section H shall addresses at a minimum, the firms approach to Project Management, organization and lines of supervision and communication, and coordination of disciplines and, if applicable, coordination with subcontractors or consultan ts and joint venture partners. The data must clearly indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process, and the procedures to ensure high quality products and services wit hin cost limitations and in strict compliance with performance sche dules. A comprehensive Organizational Chart must be included in Section D. D. PAST PERFORMANCE: Provide examples of project specific work, including past and/or current IDIQs with the Department of Defense (DoD) and other Government Agencies and/or private industry within the last three (3) years with respect to budget and cost control, quality of work and compliance with performance schedules, as determined by CPARS (ACASS), customer satisfaction and other sources. Provide ALL recent ACASS evaluations (past three (3) years). ACASS numbers shall be included in Part I, Section H, Block 30. Provide no more than five (5) specific examples of cost control and estimating performance on past projects completed within the last three (3) years. Include a Point of Contact with current telephone/fax number(s) and e-mail address(es) for each cost/estimating example in Section H. The evaluation shall also take into account past performance information regarding key personnel who have relevant experience, and or consultants/subcontractors/Joint Ventures that will perform major or critical aspe cts of the requirement. E. CAPACITY TO ACCOMPLISH WORK: Firms must address and demonstrate the capacity to execute several large Task Orders or multiple small Task Orders simultaneously. The evaluation will also consider the capacity of key personnel available and dedicated to c omplete routine Task Orders within mandated schedules. Provide no more than five (5) specific examples in Section H, to include the total design value(s) for each large Task Order, small Task Order, and routine Task Order accompanied with the original subm ittal schedule(s) and the actual completion schedule(s). The information submitted must indicate and support the ability to successfully manage and execute multiple projects of varying dollar magnitudes. The evaluation will consider key personnel identifie d in Sections D, E and G, as well as other available staff. F. KNOWLEDGE OF LOCALITY: Firms must address and demonstrate familiarity with the Europe Districts AOR and provide information related to past and or current projects worked in Germany and Eastern Europe. G. GEOGRAPHIC PROXIMITY: Firms located in the general geographic vicinity of the U.S. Army Corps of Engineers, Europe District, Wiesbaden, Germany. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit one (1) hard copy of Standard Form 330 to include the prime firm, consultants, subcontractors, and joint ventures to the address below not later than 1600 C entral Daylight European Time on the 24th August 2007. In addition to the hard copy, one (1) electronic version of all data shall be provided on CD-ROM in a format that allows word searching capability. Joint Ventures must clearly identify their intentio n to form a legal joint venture partnership, but are not required to provide documentation of legal agreements until contract award. Submissions received after the closing date will be considered late IAW FAR 15.208. Required forms may be obtained on the Internet at: http://www.gsa.gov/. Forms must be complete and current. The prime A-E, to include all consultants, subcontractors, joint ventures is to submit only one SF 330 Part I Contract Specific Qualifications. Each Branch Office, consultant, subcon tractor, Joint Venture, etc., identified as part of the design team must complete a separate Part II General Qualifications. Firms may be rejected for submitting incomplete SF 330s, or for incorrect or missing elements. Part II must show only the office or offices that are intended to have a key role in the contract. Sections E and G of Part I must include only individuals proposed to perform the anticipated work, including all partners or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Section E must clearly show if individuals are full-time employees of the firm, consultants o r free-lance. Please note that Section F of SF330 shall include only ten (10) example Projects that best demonstrate the firms qualifications rather than example Contracts. Do not include promotional brochures, advertisements, and or other extraneous mate rial in the submission. This is not a Request for Proposal. Include the firms primary point-of-contact, e-mail address, telephone number and facsimile number in the submittal. NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero cost. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receip t of submittals. Increased security measures may delay access to the Europe District in the Amelia Earhart Building. Therefore you are advised to provide for early delivery of submittals. Firms are encouraged to personally deliver submittals or use a de livery system that documents the date and time of receipt and recipient. Submittals will not be accepted via e-mail. Firms responding to this announcement are advised to inform one or more of the points-of-contact below so that receipt of submittals by t he closing date and time can be confirmed. It is very important that submittals be properly addressed as follows: a. For United States or Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Kathleen A. Kern,. Contract Specialist) A-E Announcement W912GB-07-R-0028 CMR 410, Box 7 APO AE 09096 b. For German or International postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Kathleen A. Kern,. Contract Specialist) Box 7 A-E Announcement W912GB-07-R-0028 Konrad-Adenauer Ring 39 65187 Wiesbaden, Germany POINTS OF CONTACT for additional information: a. Contractual Point of Contact: Ms. Kathleen A. Kern, Contract Specialist, CENAU-CT, 7th Floor AEC Konrad-Adenauer Ring 39, 65187 Wiesbaden, Germany Email: kathleen.kern@us.army.mil Phone: 011 49 611 816 2621 (from U.S.); (0)611-816-2621 (within Germany) Fax: 011-49-611-816-2618 (from U.S.); (0)611-816-2618 (within Germany) b. Technical Point of Contact (for technical questions/inquiries only): Mr. Paul J. Mason, CENAU-EC-E, 4th Floor AEC Konrad-Adenaurer Ring 39, 65187 Wiesbaden, Germany Email: paul.j.mason@usace.army.mil Phone: 011-49-611-816-2287 (from U.S.); (0)611-816-2287 (within Germany) Fax: 011-49-611-816-2726 (from U.S.); (0)611-816-2726 (within Germany)
- Place of Performance
- Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE
- Zip Code: 09096
- Country: DE
- Zip Code: 09096
- Record
- SN01349690-W 20070725/070723224243 (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 |