SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACTS FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES
- Notice Date
- 7/18/2011
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-11-R-0039
- Response Due
- 8/19/2011
- Archive Date
- 10/18/2011
- Point of Contact
- andrei tobias, 4109623131
- E-Mail Address
-
USACE District, Baltimore
(andrei.tobias@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION These contracts are being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. It is anticipated that two (2) Indefinite Delivery Contracts will be awarded for a variety of Architect/Engineer Value Engineering/Value Management services to support the Baltimore District's Military, Environmental and Civil Works programs. These contracts will be for a five (5) year period. Both of the contracts will be unrestricted and each contract amount will not exceed $4,500,000.00. Contracts may be issued up to one year after selection approval. The firm must be capable of responding to and working on multiple task orders concurrently. Task orders will be awarded based on the A-E's current workload and its ability to accomplish the order in the required time, geographic location, type of services required, previous installation experience, including customer satisfaction, and performance and quality of deliverables under the current IDC. The task orders awarded on this contract will generally be firm-fixed price. The concentration of work will be for the Baltimore District however the contracts may be used anywhere throughout the U.S. Army Corps of Engineers North Atlantic Division. Offerors must be registered in the Central Contractor Registration (CCR) system to be eligible for award. Firms may register via the CCR internet site at http://www.ccr.gov. SUBCONTRACTING PLAN REQUIREMENTS: In accordance with FAR 19.702(a) (1), a subcontracting plan is required if the firm is a large business. The U.S. Army Corps of Engineers goal for Small Business utilization is 50.0% to Small Business (SB) dispersed as follows; 17.0% to Small Disadvantaged Business (SDB), 18.0% to Women-Owned Small Business (WOSB), 10.0% to HUB Zone small business, 8.5% to Veteran Owned Small Business, and 4.0% Service-Disabled Veteran-Owned Small Business (SDVOSB). While these are Department of the Army Small Business Subcontracting Goals for FY11, it is the contractor's responsibility to provide realistic, challenging, and achievable goals set forth in a subcontracting plan and will be negotiated prior to contract award. Subcontracting plans will be evaluated IAW FAR 19.705-4, and must receive a rating of "acceptable". Failure to submit and negotiate an acceptable Small Business Subcontracting Plan will make any Large Business Offeror ineligible for contract award. 2. PROJECT INFORMATION The services to be performed under this contract may be formal Value Engineering studies and/or Value Management studies/reviews including presentations that will be designated in each task order. Proposals must indicate capability to complete task orders in two weeks or less from receipt of the notice to proceed. Tasks may include using value methodology or other decision making tools to: perform value-based program/project planning charrettes; performing value-based project design charrettes; leading value based review of requests for proposals and/or plans & specifications; preparing risk determinations and mitigation plans for specific programs/projects; leading lessons learned reviews and after action reviews including participation from project managers, HQUSACE, and project delivery teams to assist with documentation of such reviews; performing traditional Value Engineering workshops for design/bid/build projects that include study of project features and design systems to arrive at recommended alternatives following the six step plan as recognized by SAVE International. VE reports and other products are to be assembled and distributed within timeframe provided in the Scope of Work for each task order; typically this is one week from the completion of the study/charrette/review session. Projects and programs requiring VE services may include large military facilities and campuses, complex navigation and flood protection features, extensive environmental restoration projects, headquarters-level program assessments and evaluations of agency-wide engineering business procedures; projects may also be designed in metric units, therefore, team members must have knowledge and experience in metric design units. 3. SELECTION CRITERIA The selection criteria for this project 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 is secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. A.PROFESSIONAL QUALIFICATIONS: The prime must have a minimum of two Certified Value Specialists certified by SAVE International. Each CVS must also have a minimum of 5 years experience facilitating VE/VM activities. The firms must provide resumes for one registered professional in each of the following fields: civil, structural (independent of civil), mechanical, electrical, geotechnical and environmental engineering, and architecture. A minimum of one registered professional qualified by a combination of education, certification, and/or experience are required in the field of cost engineering and have experience with constructability and/or construction management; this individual should have expertise in integrating tradeoffs between various construction approaches for enhanced project value. In addition, at least one professional, qualified by a combination of education, registration, certification, and/or training, is required in each of the following fields; a Realty Specialist, a Design/Adapt/Build Procurement Specialist, Sustainability Expert - Leadership in Energy and Environmental Design (LEED), Security/ATFP Expert, and a Program Management Specialist. Individuals may not represent two disciplines for more than one project role. Only resumes identifying the professionalism and specialized experience of the study group are necessary. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. Indicate work completed under current and/or recently completed IDC's. Include Contract number(s), Point(s) of Contact, telephone number(s) and e-mail addresses. B.SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: a.Experience of the firm and team in performing Value Engineering Studies on various types of projects such as large military facilities and campuses, complex navigation and flood protection features, extensive environmental restoration projects, headquarters-level program assessments and evaluations of agency-wide engineering business procedures. b.Experience with planning, coordinating, staffing, execution and reporting associated with Value Management studies/workshops for complex military, environmental, and Civil Works programs and projects. c.Experience with various types of project delivery methodology such as design/bid/build, and design/build. d.Experience coordinating/organizing large and diverse groups with various agendas and facilitating same to arrive at a common list of objectives and requirements for programs and projects. e.Experience with leading and/or facilitating planning and design charrettes and product review process. f.Experience with technical writing and report preparation. g.Experience with electronic production and distribution on schedule of workshop agendas (prior to start of workshop), creative ideas (at midpoint), draft final recommendations (at conclusion of workshop -same day), final workshop report (one week after study). h.Experience with projects utilizing Sustainable Design with an integrated design approach and an emphasis on environmental stewardship, involving experience with energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization, development of health, safe and productive work environments; and employing LEED evaluation and certification methods. C.CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Provide an overview of the team's staffing, capabilities, and ability to meet schedules, demonstrate flexibility and adjust efforts based on external influences while performing the task order. D.PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry in terms of quality of work, cost control, and compliance with performance schedules will be considered. The evaluation will be based on ACASS ratings and other credible documentation included in the SF330. E.KNOWLEDGE OF LOCALITY: SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Firms shall convey knowledge of, and familiarity with the project locality to include, but not limited to; geographic features, climate, state and local permitting requirements, and local construction methods. F.SB AND SDB PARTICIPATION: Extent of participation of small businesses in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s) to the address below, no later than 2:00 P.M. on 19 August 2011. Part II of the SF 330 must be submitted for the prime and each consultant. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Andrei Tobias, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Questions can be directed to Andrei Tobias at Andrei.Tobias@usace.army.mil. Four copies of the SF 330 submission are required. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 10 font. Page size shall be 81/2 X 11 inches. Larger sheets that are inserted as foldouts are discouraged. The selection process may include a Pre-Selection board as well as the required Selection Board. The firms short listed after completion of the Selection Board will be informed of a time and contact number for a telephone interview. The telephone interview will be used as an additional factor in selection of the chosen firms. NOTE: In order to maintain total objectivity in the AE selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-11-R-0039/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN02502396-W 20110720/110719000828-bbf91176c86c9287d03e66df63dbe414 (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 |