SOLICITATION NOTICE
C -- Architect-Engineer Services for the Digital Multipurpose Training Range, Fort Benning GA
- Notice Date
- 10/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-08-R-0001
- Response Due
- 11/9/2008
- Archive Date
- 1/8/2009
- Point of Contact
- daisy l johnson, 912-652-5901
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah
(daisy.l.johnson@sas02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Technical Point of Contact is Johnny Grandison at 912-652-5754 or email: Johnny.l.grandison@usace.army.mil; Contractual questions: Julie Anderson at 912-652-5898 or email: Julie.a.anderson@usace.army.mil; Questions concerning subcontracting plan: Lei la Hollis at (912) 652-5340 or email: leila.hollis@sas02.usace.army.mil; Questions concerning SF 330; Hunter Lupton at 912-652-5574or email: hunter.d.lupton@sas02.usace.army.mil. **** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engi neers requires the services of an Architect-Engineer (A-E) firm for a firm-fixed price contract. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiations based on d emonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. The contract awarded as a result of this announcement will be administered by the Savannah District to prepare a Request For Proposal (RFP) fo r the Digital Multipurpose Training Range at Fort Benning, Georgia. Small businesses are encouraged to team with other businesses. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. Award of the contract is anticipated in November 2007. 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 219.7704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 51.2% to small busi ness; 8.8% to small disadvantaged business (a composite of small business); 7.3% to women-owned business (a composite of small business); 3.1% to HUBZone small business (a composite of small business); and 0.5% to service-disabled veteran-owned small busin ess (a composite of small business and veteran-owned small business). While the Savannah District does not have a specific target for subcontracting with Veteran-owned Small Businesses, this must be addressed in any subcontracting plan. Written justifica tion must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee p roposal of the firm selected for negotiations. To be eligible for contract award, a firm 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 Com merce Information Center at 1-800-334-3414. **** 2. PROJECT INFORMATION: Work includes planning, programming, and preparing a RFP for a solicitation for the Construction of a Digital Multipurpose Training Range at Fort Benning, Georgia. The RFP will be a fully designed Range. The Range will consist of a standard design Digital Multipurpose Training Range used to train and test crews and dismounted infantry squads on skills necessary to detect, identify, engage, and defeat stationary infantry and stationa ry/moving armor targets in a tactical environment. The primary components of the range are the Range itself, a range operations center, a general instruction building, an after action review building, an operations/storage building, a latrine facility, a bleacher enclosure, a covered dining mess, an ammunition breakdown building, an ammunition issue loading dock, a bivouac area, and a unit staging area. Construction phase services may include preparation of operation and maintenance manuals, shop drawing and construction submittal reviews; site visits; technical assistance during construction; commissioning design and support; design of tenant improvements and s upport services; and startup services. Supporting facilities may require design and/or upgrade and may include utilities; sanitary sewer lift station; roads; parking; walks, curbs and gutters; storm drainage; erosion control; retention basins; information systems; site improvements and landscaping; anti-terrorism/force protection (AT/FP) measures; and exterior communications and building information systems. The project shall be designed in accordance with criteria prescribed in UFC 4-510-01, the Uniform Federal Accessibility Standards/Americans with Disabilities Act Accessibility Guidelines, and Unified Facilities Criteria (UFC) 4-010-01. Comprehensive interior design services may be required. Total dollars anticipated to be made available for construct ion contracts associated with this Range construction is $15.7 Million. Cost estimates must be prepared using the latest version of the MCACES software. All design must comply with the Savannah District Design Manual and the Fort Benning Installation Des ign Guide. All drawing files which may be developed using BIM technology must be delivered in the (*.dgn) format. All drawing files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Facilities Guide Specifications (UFGS). Responses to Government review comments will be provided o n the Corps of Engineers Design Review and Checking System (DrChecks). **** 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors lis ted below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the Government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another f actor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 Specialized Experience and Technical Competence and Factor 2 Key Personnel are weighted equally and each factor individually is more important than Factor 3 Work Management and Factor 4 Past Performance and significantly more important than Factor 5 Small Bus iness Participation, Factor 6 Volume of DoD Contract Awards, and Factor 7 Knowledge of Locality. Work Management and Past Performance are weighted equally and each factor individually is more important than Small Business Participation, Volume of DoD Contract Awards and Knowledge of Locality. Small Business Participation and Volume of DoD Contract Awards and Knowledge of Locality are weighted equally and will only be used as *tie-breakers* among firms that are essentially technically equal. Informati on on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If mo re than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. * *** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within th is category): a. Design for similar Army large multipurpose ranges with a construction value of $12 Million or higher. b. Design of other Army Ranges. c. Experience in designing projects that encounter wetlands and Georgia State Waters and familiarity in the processes involved in obtaining permits for those situations. d. Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency, use of recovered mat erials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe and productive work environments, and employing the S PiRiT/LEED evaluation and certification methods. e. Application of the DoD Antiterrorism/Force Protection (AT/FP) criteria for minimum construction standards for design of facilities. f. Use of automated design systems described above (MCACES, CADD, Spec sIntact, BIM and DrChecks). Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and most recent firm and employee history of experience on similar projects. The evaluation of this factor will be based on the specialized experience and technical competence from the previous five years. **** FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis in the following key disciplines that are required to be licensed, registered, and/or certified: architect (1), structural engineer (1), civil engineer (2), mechanical engineer (1), electrical engineer (1), land surveyor (1), geotechnical engineer (1). One resume each shall be provided for other key personnel as follows: project manager, communications engineer, and cost estimator. Registration/certification for all is encouraged. The evaluat ion of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. **** FACTOR 3 - WORK MANAGEMENT A proposed management plan shall be presented in Section H of SF 330. The plan will be judged on experience producing quality multipurpose Range designs based on an evaluation of the firms design quality management plan. The design quality management plan should include an organization chart in Section D of SF 330 and briefly address the management approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. Th e SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. **** FACTOR 4 PAST PERFORMANCE Past p erformance on DoD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performan ce will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous five years. **** FACTOR 5 - SMALL BUSINESS PART ICIPATION. Degree of participation of all types small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small busine sses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: a. Goals for subcontracting acting wi th small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror's team. c. The offeror' s past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. **** FACTOR 6 - VOLUME OF DoD CONTRACT AWARDS. Volume of DoD contract awards in the last 12 months. **** FACTOR 7 - KNOW LEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area of Fort Benning, Georgia. **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work mu st upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 4:00 p.m., local time on November 12, 2007. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for rec eipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and inst ructions may be found at the website above. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at (912) 652-5703. **** PERSONAL VISITS for the purpose of DISCUSSING this a nnouncement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL.
- Place of Performance
- Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Country: US
- Zip Code: 31402-0889
- Record
- SN01430999-W 20071011/071009223837 (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 |