Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

C -- A-E Services are required for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for preparation of studies, analysis, and design services for Military and Civil works projects within the Northwest Division, USACE.

Notice Date
2/26/2009
 
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
W9128F09R0040
 
Response Due
3/26/2009
 
Archive Date
5/25/2009
 
Point of Contact
Barbara Young, 402-995-2069<br />
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect-Engineer services are required for up to two Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for preparation of studies, analysis, and design services for Military and Civil works projects within the Northwest Division, USACE of the Corps of Engineers. This solicitation will facilitate award of up to two contracts. Each contract shall have a maximum capacity of $ 9,000,000. These contracts will be open to all businesses, regardless of size. The contracts will have a base period of one year and four option periods of one year each. The North American Industry Classification Code (NAICS) is 541330, which has a size standard of $4,500,000 in average gross annual receipts over the past 3 fiscal years. Services to be performed include, but are not limited to, preparation of Design/Build Requests for Proposals (RFPs), preparation of design/construction documents, charrette/concept designs, schematic designs, planning, programming, site investigations, surveying and geotechnical investigations, space planning, interior design, parametric and construction cost estimating, feasibility studies, National Environmental Policy Act (NEPA), plan formulation and other engineering services and construction phase services for both Military and Civil Works projects throughout the USACE, Northwest Division. Construction phase services may include review of contractor-prepared design documents, shop drawing and construction submittal reviews, site visits, construction oversight, technical assistance, commissioning support, and startup service assistance. This announcement is open to all businesses regardless of size. Final AE selection and award of the contracts is anticipated in April 2009. For all large business entities, a subcontracting plan will be required prior to award of the contracts, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. The following informational subcontracting goals are to be considered: Award approximately 70% of the total subcontracting dollars to all Small Business concerns, 6.2% to Small Disadvantaged Business (SDB), to include Historically Black Colleges and Universities or Minority Institutions, 7% with Women-Owned Small Business (WOSB), 3% to Veteran-Owned Small Businesses (VOSB), 0.9% to Service Disabled Veteran-Owned Small Business(SDVOSB), and 9.8% to HUBZone Small Business. The plan is not required with this submittal. It is imperative that all SDBs contact their Small Business Administration (SBA) Office to obtain SDB Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive credit for utilizing SDB contractors/subcontractors. The subcontracting plan is not required with this submittal, but will be requested from large business concerns after selection and prior to contract award. 2. PROJECT INFORMATION: Design projects for specific facilities or projects will be assigned by Task Orders on the IDIQ contracts established as a result of this solicitation. All projects will be located within the USACE, Northwest Division, and most projects will be located within the boundaries of the Omaha District. The projects include various types of facilities, structures, and sites, on military bases and for civil works projects for the USACE. Each task order to be issued on these contracts will fully describe the project to be designed or the studies to be accomplished and will identify all work to be accomplished. Conformance with Government design criteria and design procedures will be required on each task order. Antiterrorism and Force Protection (AT/FP) measures will be required on all military projects. Utilization of the Leadership in Energy and Environmental Design (LEED) Green Building Rating System is required on most projects. Construction cost estimates will be prepared using the USACEs' Computer Aided Cost Estimating System (M-CACES) (software provided by Government). Access for the handicapped will be provided. Comprehensive Interior Design (CID) services are required. Specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications (UFGS). Design review comments and their responses will be performed on USACEs' Review Management System ProjNet/Dr-Checks. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f and g are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in the following areas. Only experience that has occurred in the last five years should be included in the proposal. All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F) (1) Experience in the design of military construction or military Operations and Maintenance projects. (2) Familiarity with USACE design guidance, including Unified Facility Criteria documents, engineer technical letters, and other military design criteria documents. (3) Experience with preparing specifications using SPECSINTACT software (4) Experience with preparing estimates using MCACES software. (5) Familiarity with Department of Defense AT/FP design criteria and construction standards. (6) Experience with life safety and fire protection design of military or civil works facilities. (7) Experience with Sustainable Design or Green Building (LEED) design concepts including energy efficiency, use of recovered materials, waste reduction, and pollution prevention, using the LEED evaluation and certification methodology. b. Past performance on DoD and other contracts with respect to quality of work, cost control (maintaining the project construction cost below the programmed amount), and compliance with performance schedules. (This criterion will be evaluated from Architect-Engineer Contract Administration Support System (ACASS) information obtained by the Omaha District Office) c. Professional personnel qualifications and specialized experience in design of military and federal facilities for key design disciplines. Key disciplines that are required to be performed by registered and licensed professionals are: project management, facility planning, architecture, interior design, mechanical, electrical, fire protection, structural, civil, communications engineering, cost estimating, geotechnical, and land surveyor. The fire protection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedicated to fire protection engineering, and one of the following: (1) have a degree in Fire Protection Engineering from an accredited university, (2) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection examination, or (3) be registered in an engineering discipline related to fire protection engineering. Evaluation of these disciplines will consider education, training, relevant experience in design of military and federal facilities, and longevity with the firm. LEED-Certified designers will be evaluated more favorably than those without certification. Any past design and/or planning experience on USACE Civil or Military projects should be identified. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the required schedule. (SF 330, Part I, Sections E & G) d. Work management: A proposed management plan shall be presented that includes an organization chart and addresses team organization, any anticipated sub-contractors or entities to supplement the design team, quality control procedures, 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 this office. (SF 330, Part I, Section H, Item 1) e. Capacity to complete potential task orders within a reasonably aggressive schedule. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (SF 330, Part I, Section H, Item 2) f. Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. (SF 330, Part I, Section H, Item 3) g. Volume of DOD contract awards in the last 12 months. (SF 330, Part I, Section H, Item 4) 4. SUBMISSION REQUIREMENTS: a. Interested firms must submit three copies, 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). The SF330 shall have a page limit of 130 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 font. b. Include the firms ACASS number on the SF 330, Part 1, and Block B. On the SF 330, Part 1, Block C, provide the ACASS 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 Include the information requested in Paragraph 3c above. (2) Item 2 - Capacity to complete the work. Reference Paragraph 3e 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 - Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. (4) Item 4 Volume of DOD contracts within the last 12 months Reference Paragraph 3g 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. 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 on line 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 you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1- 866-705-5711. e. Mailing address for submission: US Army Corps of Engineers, 1616 Capital Avenue, Omaha, NE, 68102, ATTN: Barbara Young, Solicitation Number W9128F-09-R-0040. Ms. Young can be reached at 402-995-2069 and via Internet barbara.a.young@usace.army.mil. All technical questions should be directed to Mr. Larry Sand, (402) 995-2779. Solicitation packages will not be provided. This is not a request for proposal. Submittals must be received no later than 1400 Central Time, 26 March 2009. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0448b044d0c564168bd502dafc92d69c&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
SN01757903-W 20090228/090226220702-0448b044d0c564168bd502dafc92d69c (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.