Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2007 FBO #2151
SOLICITATION NOTICE

C -- Architect-Engineer Services for an Indefinite Delivery Contract with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division to Support the Mobile District Military Construction Design Program.

Notice Date
10/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-08-R-0011
 
Response Due
11/28/2007
 
Archive Date
1/27/2008
 
Point of Contact
Cy C. Simons, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile
(cy.c.simons@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. JOHN D. HIGBY, JR. SUBMIT QUESTIONS TO FAX 251 694-3626. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E se rvices are required for an Indefinite Delivery Contract with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division to Support the Mobile District Military Construction Design Program. This announcement is open to all businesses regardl ess of size. The contract will be awarded for a term not to exceed a total of five (5) years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $12,000,000 over the five-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation meaning more than one contractor can be selected. If multiple contracts are awarded, the Not-To-Exceed capacity value will be reduced from t he value of $12,000,000 to the value determined to be most appropriate dependent upon the Government's forecasted needs. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient perf ormance of the contract with small and small disadvantaged firms. 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 that part of the work it intends to subcontract. T he subcontracting goals for this contract are as follows: a minimum of 51.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8 % be placed with small disadvantaged businesses (SDB), 7.3 % be placed with women-owned s mall businesses (WOSB), 3.1 % be placed with HUB Zone small business, and 1.5% be placed with Service-Disabled Veteran-Owned Small Business. The subcontracting plan is not required with this submittal. The North American Industry Classification System (NAI CS) code for this action is 541330. PROJECT INFORMATION: The contract will primarily be used for specific projects that are not known at this time but are expected to include designs for new facilities or renovation/repair projects, such as, building ren ovations and additions, preparation of project definition and programming documents, charrettes, preparation of the technical portions of design-build solicitations, environmental permit applications, and design of new vertical and horizontal construction projects. It is anticipated that a full design of industrial equipment and processes will be a major part of the majority of the projects. These industrial designs will address such areas as engine rebuild facilities, transmission rebuild facilities, and m etal finishing facilities. The selected AE(s) will be required to have an industrial hygienist prepare or review portions of the industrial designs. The industrial designs will require time/motion studies and process simulations. The industrial designs may include the design of information technology systems to support the industrial processes. The selected firm(s) must have the capability to perform surveying and mapping and geotechnical subsurface investigations. Design drawings shall be produced in the A utoCAD 2007 format or MicroStation v8 format. The format will be specific to each project and will be specified in the AE scope of work for the specific project. Technical specifications will be produced with SPECSINTACT software using Unified Facilities G uide Specifications. Responses to design review comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org. The majority of the work will be located at Anniston Army Depot, Alabama, but may include other military installations within the Mobile District geographical area, to include Central or South America, Puerto Rico, the U.S. Virgin Islands , and other locations that may be assigned to the Mobile District, U.S. Army Corps of Engineers. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Crit eria A thru E are primary. Criterion F is secondary and will only be used as a tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with r egistration required where applicable: (1) Industrial engineer(s) with a minimum of three years experience in the design of heavy industrial processes and machinery. The requirement for an industrial engineer may be satisfied by a mechanical or electrical engineer with at least 10 years experience in the industrial arena, three of which are in the area of automotive or automotive component type industrial projects; (2) Project Manager; (3) Architect; (4) Civil Engineer (Registered in the States of Alabama a nd Florida); (5) Mechanical Engineer; (6) Electrical Engineer; (7) Structural Engineer; (8) Fire Protection Engineer (four years experience with all current nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis o n NFPA 101 Life Safety with at least two years experience in the design of sprinkler fire protection systems); (9) Interior Design (registered architect with specialized experience in interior design, registered interior designer or NCIDQ certified interio r designer) with evidence of experience by both the firm and key personnel in comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and fu nding limitations; (10) Communications Specialist (Registered Communications Distribution Design (RCDD)); (11) Geotechnical Engineer; (12) Environmental Engineer including Sanitary Engineer; (13) Corrosion Engineer (NACE Certified Corrosion Specialist, NAC E Certified Cathodic Protection Specialist, or registered professional corrosion engineer) with a minimum of five years experience (type specific) in the design of cathodic protection systems; (14) Surveyor (Registered in the States of Alabama and Florida) ; (15) Landscape Architect; (16) Geologist; (17) Cost Estimators. The firm's cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, PCEA, etc. The firm's and/or consultant's cost engineering or estimating speci alist(s) for each required design discipline applicable to this project, such as architectural, structural, civil, mechanical or electrical, etc., must be specifically identified and his (their) competence indicated by resume(s). If an individual will serv e in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E, and (18) industrial hygienist. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. In the resumes und er Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. B. Specialized Experie nce and Technical Competence: (1) Experience in the design of automotive or military vehicle and metal finishing type facilities, including time/motion studies and process simulations (2) Experience in design of military projects at high security military industrial installations/complexes such as Anniston Army Depot, including production of programming documents, plans and specifications; (3) Design of governmen t and commercial facilities; (4) Experience using automated cost estimating systems (MCACES and PACES); (5) Comprehensive Interior Design for Government projects including space planning and applicable Code of Federal Regulation rules, pre-wired workstatio ns, furniture specifications, and knowledge of the acquisition process including applicable FAR and funding limitations; (6) Sustainable design; (7)Technical competence and experience using the International Building Code (IBC); (8) Department of Defense A ntiterrorism/Force Protection Construction Standards and Army Security Engineering Manuals TM 5-853-2 and -3; (9) Engineering experience in preparing permit applications relating to construction projects with the various permitting agencies in the States o f Alabama and Florida; (10) Performance of surveying and mapping in accordance with A/E/C CADD Standards and nondestructive techniques for locating underground utilities; (11) Automated design tools such as CADD, SPECSINTACT, DrChecks, etc.; (12) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project design-to-cost control, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: The capacity to simultaneously accomplish at least two (2) individual task orders, in the $1,500,000 design fee range. D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost cont rol, quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Knowledge of Locality: Knowledge of climatic conditions means of moisture an d humidity control, seismic conditions, and permit requirements relating to construction projects in the states of Alabama and Florida. Knowledge of performing industrial design projects at high security military industrial installations/complexes such as Anniston Army Depot will be given bonus consideration. F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in Block 5 of the SF 330 PART I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Brads treet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet u p to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Use n o more than one page per project. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. PART I OF THE SF 330 SHALL NOT EXCEED 60 PAGES. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contrac t. This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. Central Time on 28 November 2007. Regulation requires that the Selection Board not consider any submittals received after thi s time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on or about 03 December 2007. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal rev iew by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the p urpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Regi stration (CCR) database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN01434330-W 20071017/071015223652 (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.