Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2009 FBO #2637
SOLICITATION NOTICE

C -- W9128F-09-R-0031 AE IDIQ for Antiterrorism-Force Protection various locations within the continental (48) United States. This acquisition announcement is Set aside for Small Business.

Notice Date
2/12/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-R-0031
 
Response Due
3/17/2009
 
Archive Date
5/16/2009
 
Point of Contact
Melvin Vogt, 402-995-2067<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement is set aside for small business Architect Engineering (AE) firms. A-E services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) contract covering the following technical areas in which services shall be provided and include but are not limited to the application of engineering principles, including but not be limited to access control points, traffic engineering and traffic safety, interpreting and application of Army Access Control Standard Design, security engineering and vulnerability assessment surveys for antiterrorism/force protection, development of mitigating measures, design and analysis of infrastructures and facilities that resist the effects of improvised terrorist weapons and explosive devices, forced entry tools, and surveillance and eavesdropping tools and construction cost estimating support. The services to be provided in these technical areas shall include but not be limited to studies, engineering analysis, investigations performing design calculations, preparation of plans and specifications, development of design criteria and design methodologies, and development of computer automated tools that support activities performed by others. All contracted work will be performed within the continental (48) United States (CONUS). Final AE selection and award of the contract is anticipated in either May or June 2009. Omaha District encourages small businesses to participate as primes, team members with large businesses or enter into teaming arrangements with other small businesses. Any teaming arrangement entered into should be supported by detailed documentation of the agreement, such as a Joint Venture Agreement, Mentor protg agreements or other team arrangement. If a small business enters into a joint venture/mentor protg arrangement, the joint venture/mentor protg arrangement must be approved prior to submission of the qualification submittal document (SF 330). It is imperative that all small disadvantaged businesses desiring to submit information on this announcement contact their Small Business Administration Office to obtain Small Disadvantaged Business Certification to be included as part of their submission documentation. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive credit for utilizing SDB contractors/subcontractors. The North American Industry Classification Code (NAICS) applied to this action is 541330 Engineering Services, having a size standard of $4,500,000 of average annual receipts over the past 3 fiscal years. 2. PROJECT INFORMATION: Upon completion of successful negotiations and award of a contract to the most qualified offer, the offeror will be required to provide services of the type described below through issuance of a request for task order cost proposal that may include but not be limited to the following areas. 2.1 Access control points (ACPs) and the application of the Army Access Control Points Standard Definitive Design and/or Unified Facilities Criteria 4-022-01. Perform inspections, studies, designs, and review the work of other AE firms. The application of active vehicle barriers (AVBs), active vehicle barrier control systems in accordance with the Unified Facilities Guide Specification (UFGS) 34 41 26.00 10, installation of guard booths, canopies, visitor control centers, search offices, over-watch booths, modification or addition of traffic islands, upgrading secondary power distribution in the ACP, and providing adequate conditioned space for the barrier control system. This includes determining the required AVB location that will defeat the four defined threat scenarios and permit application of a Surface Deployment Distribution Command Transportation Engineering Agency approved Safety Regime. Determine the need and application of over-speed detection systems, and wrong-way detection systems. 2.2 Perform comprehensive on-site security engineering and vulnerability assessment surveys for antiterrorism/force protection to determine threats and vulnerabilities for critical facilities and individual assets. Determine the criteria to be used for the assessment. Assets identified by site will be analyzed using the procedure in UFC 4-020-01 to determine asset values, design basis threat for each asset, and the level of protection required for each asset. Analyze existing security and site layout to determine if required level of protection is already provided for each asset. If not, provide recommendations to the government that will assist in determining the level of protection for each asset. Also demonstrate the preparation of facility-specific reports that detail the protective strategies to mitigate or eliminate the vulnerabilities including implementation floor and site plans, installation instructions, and estimated costs for implementation. 2.3 Perform vulnerability assessments using the Joint Staff Vulnerability Assessment Benchmarks. Depending on the site and assets to be surveyed, members of the assessment team should have expertise in the following areas: physical security; civil, electrical, or structural engineering; special operations; emergency management; law enforcement; medical operations; infrastructure, and intelligence/counterintelligence. Vulnerability assessment reports will be classified in accordance with the DTRA Vulnerability Assessment Security Classification Guide (SCG). Personnel performing the assessments must have or be able to acquire a DoD security clearance before time of performance of the assessments. 2.4 Develop measures designed to mitigate specific aggressor threats using a security engineering approach which incorporates elements of construction, equipment, procedures, and manpower. Threats include improvised terrorist weapons and explosive devices, forced entry tools, and surveillance and eavesdropping tools. 2.5 Perform engineering analyses and prepare design calculation, drawing and specifications for AT/FP related construction. 2.6 Formulate plans or planning procedures for integrated security engineering solutions to mitigate complex, multiple tactic threats to assets. 2.7 Develop building damage models using computer software such as Blast Effects Estimation Models (BEEM) and Vulnerability Assessment Protection Option (VAPO). Model input may be derived from as-built drawings or visual inspection during a site visit. Use the computer software to determine the required vehicle standoff distance from buildings based on the building construction and the required level of protection. 2.8 Develop design criteria, guidance, methodologies, and manuals related to the fundamentals of protective design and security engineering. Perform extensive literature searches for related materials. Also, develop computer automated tools that support activities performed by others. 2.9 Provide training on the fundamentals of protective design and security engineering to support the Protective Design Center. 2.10 Prepare professional quality construction cost estimating using MCASES or other approved DoD software. 3. SECURITY REQUIREMENTS: 3.1 Offerors should have the ability to provide services that may require access and development of information that is restricted but unclassified as well as classified as Confidential or Secret. Therefore, offeror must have the ability to acquire prior to issuance of a contract award, at a minimum, a secret security clearance. 3.2 Security at Government Installations. When site visits are conducted at Government installations, the Contractor shall comply with the security requirements of the installation. 4. EVALUATION RATINGS: 4.1Ratings. The application of a scale of words will be used in conjunction with narrative, to denote the degree to which the proposal has met the standard for criteria evaluation. For purposes of this solicitation, ratings will consist of words (adjectival method) used in conjunction with narratives. Ratings will be applied at the criterion and sub-criterion level. If at any level of indentation an Offers submittal is evaluated as not meeting a minimum requirements stated for a criteria (that is, below the level of Satisfactory), the rating may be included in the rating and narrative assessment at that level and each higher level of indentation. Therefore, a Marginal or Unacceptable rating at any level may be carried to the criterion level. The following ratings will be used to evaluate the submitted information. (i) Outstanding Information submitted demonstrates offerors potential to significantly exceed performance or capability standards. The offeror has clearly demonstrated an understanding of all aspects of the requirements to the extent that timely and highest quality performance is anticipated. Have exceptional strengths that will significantly benefit the Government. The offerors qualifications exceed the fullest expectations of the Government. The offeror has convincingly demonstrated that the announcement criteria requirements have been analyzed, evaluated, and synthesized into approaches, plans, and techniques that, when implemented, should result in outstanding, effective, efficient, and economical performance under an awarded contract. Significantly exceeds most or all announcement criteria requirements. There is a very high probability of success. (ii) Above Average - Information submitted demonstrates offerors potential to exceed performance or capability standards. Have one or more strengths that will benefit the Government. The areas in which the offeror exceeds the requirements are anticipated to result in a high level of efficiency or productivity or quality. The offerors qualifications meet and slightly exceed requirements. The submittal contains excellent features that will likely produce results very beneficial to the Government. The information submitted fully meets all announcement criteria requirements and significantly exceeds many of the announcement criteria requirements. Disadvantages are minimal. There is a high probability of success. (iii) Satisfactory (Neutral) Information submitted demonstrate offerors potential to meet performance or capability standards. The information represents an acceptable solution. Either meets all announcement criteria requirements for the criterion (or sub-criterion) or contains weaknesses in some areas that are offset by strengths in other areas. A rating of Satisfactory indicates that, in terms of the specific criterion (or sub-criterion), the offeror has a good probability of success, as there is sufficient confidence that a fully compliant level of performance will be achieved. The submittal demonstrates an adequate understanding of the scope and depth of the announcement criteria requirements. No significant advantages or disadvantages, the submittal is neutral. There is a good probability of success. (iv) Marginal The submittal is not adequately responsive or does not address the specific criterion (or sub-criterion) of the announcement. The offerors interpretation of the Governments requirements is superficial, incomplete, vague, incompatible, incomprehensible, or incorrect and therefore could be considered deficient. The submittal does not meet some of the minimum announcement criteria requirements. The assignment of a rating within the bounds of Marginal indicates that a mandatory corrective action would be required to prevent significant deficiencies from affecting the overall submittal rating. The offerors qualifications, plans or approach will likely result in questionable quality of performance, which represents a moderate level of risk to the Government. There is a low probability of success although the submittal has a reasonable chance of becoming at least acceptable. There are significant disadvantages. (v) Unsatisfactory The submittal fails to meet performance or capability standards. Announcement criteria requirements can only be met through a major revision and/or changes to the submittal. There is no reasonable expectation that acceptable performance would be achieved. The submittal contains many deficiencies and/or gross omissions; fails to provide a reasonable, logical approach to fulfilling much of the Governments requirements; and/or fails to meet most or all of the minimum announcement criteria requirements. There are very significant disadvantages. 5. SELECTION CRITERIA: The selection criteria listed below are in shown in descending order of importance (first by major criterion and then by each sub-criterion). The following criteria, Paragraph a will be the primary evaluation criteria. Subparagraphs 1- 7 are listed in descending order of importance. Paragraphs b through e will be secondary evaluation criteria and are listed in descending order of importance a. Specialized experience and technical competence of the firms and consultants responding this announcement are listed in the following areas. Only experience that has occurred within the last five years should be included in the submittal. All projects cited shall identify start and complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F) Responding firms should be able to: 1. Demonstrate the ability to acquire all necessary clearances to work on classified projects or installations. By date of contract award, have a minimum of a secret security clearance. 2. Demonstrate knowledge of access control points (ACPs) and the application of the Army Access Control Points Standard Definitive Design and/or Unified Facilities Criteria 4-022-01. Have the capability to perform inspections, studies, designs, and review the work of other AE firms. Areas of interest are the potential application of active vehicle barriers (AVBs), active vehicle barrier control systems in accordance with the Unified Facilities Guide Specification (UFGS) 34 41 26.00 10, installation of guard booths, canopies, visitor control centers, search offices, over-watch booths, modification or addition of traffic islands, up-grade of secondary power distribution in the ACP, and providing adequate conditioned space for the barrier control system. This includes determining the required AVB location that will defeat the four defined threat scenarios and permit application of a Surface Deployment Distribution Command Transportation Engineering Agency approved Safety Regime. 3. Demonstrate the ability to develop and write design criteria, guidance, guide specifications, methodologies, and manuals related to protective design and security engineering. Also the development and proving of training for protective design and security engineering and the development of computer automated tools that support activities performed by others. 4. Demonstrate experience and ability to develop measures designed to mitigate specific aggressor threats using a security engineering approach which incorporates elements of construction, equipment, procedures, and manpower. Threats include improvised terrorist weapons and explosive devices, forced entry tools, and surveillance and eavesdropping tools. Demonstrate the ability to prepare plans or planning procedures for integrated security engineering solutions to mitigate complex, multiple tactic threats to assets. 5. Demonstrate the ability to perform engineering analyses and prepare design calculation, drawing and specifications for AT/FP related construction. 6. Demonstrate the ability to perform comprehensive on-site security engineering and vulnerability assessment surveys for antiterrorism/force protection to determine threats and vulnerabilities for critical facilities and individual assets. Also demonstrate the preparation of facility-specific reports that detail the protective design strategy and include implementation plans, installation instructions, and estimated costs. Demonstrate the ability to develop building damage models using computer software such as Blast Effects Estimation Models (BEEM) and Vulnerability Assessment Protection Option (VAPO). Use the computer software to determine the required vehicle standoff distance from buildings based on the building construction and the required level of protection. 7. Demonstrate the ability to perform construction cost estimating and the use of MCASES cost estimating software or other approved government estimating programs? b. Provide past performance information on DoD and other contracts of other government entities and private sector work with respect to quality of work, cost control (maintaining the project construction cost below the Programmed Amount), and compliance with performance schedules. Copies of all ACASS performance evaluations will be provided by the firm as part of their offer. Firms can access past performance evaluations on the Contractor Performance Assessment (CPARS) website at http://www.cpars.csd.disa.mil/acassmain.htm. c. Provide project management, fire protection, structural, civil, electrical and mechanical engineers, and architects which are considered key disciplines and are required to be performed by registered and licensed professionals. Security, force protection, and cost estimating are also considered to be key disciplines. Evaluation of these disciplines will consider education, training, certifications and relevant experience in anti terrorism and force protection related work and longevity with the firm. The firms organizational structure chart showing the number of personnel in the key disciplines shall be presented to insure that the firm can meet required schedules. (SF 330, Part I, Sections E & G) d. Provide Work Management by providing a proposed management plan being presented that includes an organization chart and addresses team organization, quality control procedures, and cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at that office. (SF 330, Part I, Section H, Item 1) e. provide information about their current contractual commitments to DOD, Other Government agencies and Private Sector work concerning their capacity to complete multiple delivery order(s) issued against a resultant contract to be performed concurrently to meet critical milestones. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the depth of qualified personnel in key disciplines to handle multiple assignments. (SF 330, Part I, Section H, Item 2) 7. SUBMISSION REQUIREMENTS: a. Interested firms must submit an original and two copies of their SF330, each containing Parts I and II of the SF 330 information. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). b. Include the firms ACASS and DUNS number on the SF 330, Part 1, and Block B. On the SF 330, Part 1, Block C, provide the ACASS and DUNS number for each consultant, if available. If your firm does not have an ACASS number, it can be obtained from the Portland District, Corps of Engineers ACASS database by calling (530) 808-4591 c. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1 Management Plan providing the information requested in Paragraph 6d above. (2) Item 2 - Capacity to complete the work (reference Paragraph 6e above). Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules. (3) Item 3 Volume of DOD contract actions issued within the last 12 months Reference Paragraph 6e above. Provide a complete listing of all DOD projects designed within the last 12 months. This listing shall include all DOD projects performed within the last 12 months, no matter what stage of design or the extent of design effort required. d. The SF 330 shall have a page limit of 120 pages. A page is one side of a sheet, 8-1/2 by 11. If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be less than 12 fonts. e. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If a firm, does not have a DUNS number, or wants to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711. f. Firms desiring consideration for this acquisition are requested to mail their SF330 submission to: US Army Corps of Engineers, Omaha District, 1616 Capitol Avenue, Omaha, NE, 68102-9000, ATTN: Mel Vogt, Solicitation Number W9128F-09-R-0031 Mr. Vogt can be reached at (402) 995-2067 or via Internet at mel.e.vogt@usace.army.mil. If Mr. Vogt is not available, contact Ms. Barbara Young by email at Barbara.A.Young@usace.army.mil or by phone at (402) 995-2069. All technical questions should be directed in writing to Mr. Ken Christenson at kendall.g.christenson@usace.army.mil, with a copy of the question furnished via email to mel.e.vogt@usace.army.mil. and Barbara.a.young@usace.army.mil. Solicitation packages are not provided. This is not a Request for Proposal. Submittals must be received no later than 1400 hours central standard time (2:00 PM CST), March 17, 2009. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Please check FedBizOpps for updates to this announcement after the publication date February 13, 2009. Mel.E.Vogt@usace.army.mil US Army Corps of Engineer - Omaha District US Army Corps of Engineer - Omaha District 1616 Capitol Avenue, Omaha NE 68102-9000 US ftpArmy
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=21f7a41b5b9479759da7f4b75a933e95&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01749524-W 20090214/090212215750-21f7a41b5b9479759da7f4b75a933e95 (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.