SOLICITATION NOTICE
C -- ARCHITECT/ENGINEER SERVICES FOR UP TO FOUR INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACTS PRIMARILY FOR THE DESIGN OF MILITARY PROJECTS AND CIVIL WORKS PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES.
- Notice Date
- 4/10/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-90844627
- Response Due
- 5/11/2009
- Archive Date
- 7/10/2009
- Point of Contact
- Gloria Ritter, 502-315-6204<br />
- Small Business Set-Aside
- N/A
- Description
- 1. GENERAL CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. Up to four (4) Indefinite Delivery/Indefinite Quantity Architect-Engineer Services contracts will procured in accordance with the Brooks Act PL-582 as implemented in the Federal Acquistion Regulations (FAR) Subpart 36.6. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for Architect/Engineer services for various military and Civil Works projects primarily within the Great Lakes and Ohio River Division Mission Boundaries. The Louisville District Army Reserve and Air Force Reserve design missions are nationwide. Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The estimated construction cost per project is approximately between $100,000 and $25,000,000. The maximum cumulative contract value for each contract is $10,000,000. The contract period is five years. The top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second contract, with the third and forth ranked firms awarded in the same manner. Award of all contracts will be made within nine (9) months after award of the first contract provided there is sufficient workload. If necessary, the secondary selection criterion will be used as a tiebreaker between firms considered technically equal. The following factors will be used in deciding which of the awarded AE firms will be selected to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, uniquely specialized experience, and equitable distribution of work among the A/E firms. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 70.0% to Small Business, 7.0% to Woman Owned Small Business, 6.2% to Small Disadvantaged Business, 0.9% to Service Disabled Veteran Owned Small Business, 3.0% to Veteran Owned Small Business, and 9.8% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the A/Es quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is May 2009. To be eligible for award, a firm must have a DUNS number and be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide representations and certifications at http://orca.bpn.gov. The Louisville District may partner this Program. The selected firms may be required to attend annual two-day partnering workshops, to define the Governments expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. Cost for these sessions will be borne by the selected A/Es. 2. PROJECT INFORMATION: Projects may consist of A/E services for horizontal and vertical military projects and Civil Works projects with a larger percentage (70-80%) of work anticipated being military projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; BIM data development; site investigation of existing conditions; engineering services during construction/construction phase services; design of demolition and deconstruction; hazardous materials survey, analysis and abatement methodology; sustainable design; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various locations; and comprehensive planning that is related to future construction requirements on military installations. This contract may use BIM to carry out the design requirements of the Louisville District. The required project task orders under this IDIQ contract may include some or all of the following types of building structures: Barracks, Company Operations Facilities, Brigade and Battalion Headquarters, Airfield and other transportation facilities, Dining Facilities, Tactical Equipment Maintenance Facilities/Vehicle Maintenance Shops, Maneuver Facilities, Ranges, and other training areas, Organizational Parking including petroleum storage, Unit Storage Facilities & warehouses, Chapels, Physical Fitness Training Centers & Sports Complexes, General Purpose Administrative Buildings, Child Development Centers, Simulation Centers, Medical Facilities, Family and Soldier Housing Libraries, Conference Centers, Interim and Deployable Facilities, Site Design, parking, roads, landscaping, storm drainage, Master Planning, and specialized, mission-specific facilities (e.g. Heavy Drop Rigging Facility, Tactical Unmanned Aeronautical Vehicle (TUAV) storage and maintenance), and other military facilities. Civil works projects may consist of flood damage reduction studies and designs, ecosystem restoration, stream bank erosion control, navigational improvements, additions and repairs to locks and dams, geotechnical investigations, level and floodwall evaluation and design, planning and design of waterfront facilities and other recreation facilities. Associated design effort may include: civil site design; demolition and/or the renovation of existing facilities; environmental compliance; NEPA documentation associated with a design project; controlled waste and flammable storage; asbestos, lead and PCB surveys and /or abatement & utility investigations. Other functions beyond traditional design may include: the development of simplified design approaches; performance of engineering feasibility studies, site assessments, and DD Form 1391 development related to new projects and project sites; providing construction phase services (shop drawing review, site inspection, etc. for construction projects). Construction cost estimating will be accomplished using the Micro-Computer Aided Cost Estimating System Second Generation (M-II) software (software and database will be furnished). Specifications must be electronically developed using Unified Facilities Guide Specifications (UFGS), Louisville District Guide Specifications, and Industry Standard Specifications. Electronic drawings will be required for all activities. Electronic drawing development will be accomplished using Micro Station Version V8 or greater, and using the Micro Station Tri Forma suite of modeling tools. For specific projects, the awarded firms may be required to provide resumes or completed SF330 forms for a certified industrial hygienist, military master planner, and/or a laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP), as part of the design team. The hygienist must be a Certified Industrial Hygienist (CIH) as certified by the American Board of Industrial Hygienist (ABIH). A laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be available for hazardous material testing as needed. The Military Master Planner must be qualified by a combination of education, registration, certification, and/or training. The selected firm will be solely responsible for the designs that they produce, and will become the Designer of Record for each individual project within their contract. 3. SELECTION CRITERIA: The specific selection criteria (a through d are primary and e is secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Professional Qualifications: A resume for two project managers (design team leaders) for task orders, both registered as an engineer or architect. Also required are resumes for two designers and one checker in the following fields: architecture; civil; structural (independent of civil); mechanical; and electrical engineering are necessary with at least two in each field professionally registered in the relevant professional field as an engineer or architect. Two of these design team members must be Leadership in Energy and Environmental Design (LEED) Certified. At least one civil engineer must be registered in the states of Tennessee and Kentucky. A resume for one designer and one checker in the following fields: geotechnical (soil engineering) and fire protection engineering with as least one in each field registered in the relevant professional field as an engineer. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) A degree in Fire Protection Engineering from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; OR (c) registration in an engineering discipline related to fire protection engineering. Two resumes for Interior Designers are required, both must be certified by the National Council of Interior Design Qualifications (NCIDQ), be registered Interior Designers, or registered architects with five years of experience and training in interior design. Two resumes for Certified Value Specialists (CVS) are also required. One resume is required for a Registered Communication Distribution Designer (RCDD). Additionally, at least one professional, qualified by a combination of education, registration, certification, and/or training is required in each of the following fields: cost estimating, landscape architecture and hazardous material inspection and abatement methods, The hazardous materials inspector must have successfully completed an EPA approved asbestos inspectors course and be able to obtain an asbestos inspectors accreditation in the state where the survey is being conducted. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. Resumes should indicate the project role of the individual in their submission and the individuals may not be assigned more than one role in this submission. b) Specialized Experience and technical competence in the expected activities identified above, to include experience with: Building Information Modeling; design/build project design methodology; projects utilizing U.S. Green Building Council LEED certification criteria,; anti-terrorism and force protection measures; construction cost estimating using the current version of Micro-Computer Aided Cost Estimating System Second Generation(M-II); electronic drawing development utilizing a CADD system and design charrettes as evidenced by the resumes of the key personnel assigned to this project. Only resumes identifying the professionalism and specialized experience of key members of the design team are necessary. Other available personnel may be specified in paragraph H of the SF 330. In addition, the following must be addressed in paragraph H of the SF330; a brief Design Quality Management Plan including an explanation of the firms management approach; Management of subcontractors (if applicable); quality control procedures (for plans, specifications, design analysis and electronic documents); procedures to insure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Block H also indicate the estimated percentages involvement of each firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously; d) Past performance on DoD and other contracts to include cost control, quality of the work, and compliance with performance schedules; e) Extent of participation of Small Business and Small Disadvantaged Business in the proposed contract team measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on CD of the SF 330, Part I, and one paper copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. Questions about the Dun & Bradstreet number should be directed to Marilyn Kells (ACASS/CCASS/CPARS Program Analysis Officer) at (503-808-4590). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 4:00 p.m. local time on 11 May 2009. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: 600 Dr. Martin Luther King, Jr. Pl., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Misty Jones at (502) 315-7401, Email: Misty.D.Jones@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b809373ff96dd68f63ca548d94d6b7fb&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
- Zip Code: 40202-2267<br />
- Zip Code: 40202-2267<br />
- Record
- SN01790436-W 20090412/090410220026-b809373ff96dd68f63ca548d94d6b7fb (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 |