SOLICITATION NOTICE
C --
- Notice Date
- 6/19/2012
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, AP 96205-0610
- ZIP Code
- 96205-0610
- Solicitation Number
- W912UM-12-R-0029
- Response Due
- 7/20/2012
- Archive Date
- 9/18/2012
- Point of Contact
- Yi, Suk-Hui, 2270-7271
- E-Mail Address
-
USACE District, Far East
(suk-hui.yi@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for one Indefinite-Delivery Contract (IDC) with a maximum amount of $2,500,000 for the basic contract with a one-year option for $2,500,000 for a total maximum contract amount of $5 million. Minimum contract guarantee amount is $50,000. Services will normally be implemented through negotiated firm-fixed-price task orders. The basic contract period is one year from the contract award date and the option period extends the contract by an additional one-year period. The option period may be exercised before the basic contract period expires if the basic year contract maximum amount has been exhausted or nearly exhausted. The Government is not obligated to exercise the option. To be eligible for contract award, firms must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order (in order of importance): specialized experience and technical qualifications, professional qualifications of the firms staff/consultants to be assigned to the projects, past performance of the firm on projects of similar size and complexity, and capacity of the firm to perform the work in the required time. North American Industrial Classification System code is 541330, which has a size standard of $4.5M in average annual receipts. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). 2. PROJECT INFORMATION: The IDC requires A-E services for U.S. and Host Nation funded engineering and design work including new construction, planning, engineering studies, hydrology and hydraulics, site investigations, preparation of DD Form 1391, planning & design charrette, title II services during construction, title II services for Intelligence Community Directive (ICD) 705, and other general engineering activities. Projects are located at various US Army, Air Force, Marine & Navy bases/camps/installations within the Republic of Korea. Some of the types of facilities (not all inclusive) for these projects include training & operation buildings, administrative buildings, troop housing, dining facilities, hospitals, medical/dental clinics, communication buildings, sensitive compartmented information facilities (SCIF), fuel storage & dispensing facilities, religious and FMWR (family, welfare, morale, recreation) facilities, gymnasiums, multi-purpose sports fields, airfields, power, water, sewer, etc. Frequent site visits are required. All technical aspects of the work will be based on latest edition of technical criteria - National Codes and regulations, Unified Facilities Criteria, DoD Criteria and Standards. Blast hardening and chemical biological radiological (CBR) protection are required on some facilities. Sustainable Design/LEED and EPact05 are pre-requisite requirements on all facilities. Design deliverables must address local construction methods in the Republic of Korea and materials that meet the intent of U.S. criteria in order to facilitate the use of local methods and materials. All design documents shall be metric system units. Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES) - Second Generation (MII). MCACES software and training will be provided by the Corps. The contractor shall be responsible for accomplishing designs and preparing drawings using computer-aided design (CAD) and shall be compliant with the current A/E/C CAD standard available from the CAD/BIM Technology Center, Engineer Research and Development Center. A senior representative with decision making authority on behalf of the A-E must be present and available in Korea during all contract performance periods. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a thru e are primary. Criteria f and h are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. a. Specialized experience and technical competence in DoD military facilities. b. Qualified professional personnel in the following key disciplines: project management (architect or engineer), architecture, fire protection engineering, certified communication designer with C4I system, mechanical engineering, electrical engineering, structural engineering, and civil engineering. The principals and primary lead architect or engineer in each discipline must be registered in the U.S. to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. c. Firm needs to possess a clearance from the Defense Security Service and be cleared to work with classified documents or have the capability of working with classified documents and firm must have experience with ICD 705 and its application to OCONUS design and construction projects. d. Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from PPIRS and other sources. e. 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. f. Possess appropriate business licenses enabling firm to perform work in the ROK without Invited Contractor status under the US-ROK Status of Forces Agreement (SOFA). g. Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms. h. Presence of A-E personnel in Republic of Korea. Note: Selected A-E firm will not be granted Invited Contractor Status under the SOFA. A-E Firm may be provided Tech Rep status under the SOFA upon award of Task Orders when appropriate. 4. SUBMISSION REQUIREMENTS: a. Interested firms having the capabilities to perform this work must submit two copies of SF 330 Part I, and two copies of SF 330 Part II for the prime firm and all consultants, to the above address not later than 4:00 PM on the response date indicated above. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12-font type. b. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. c. Questions should be submitted in writing to the POC listed below via email. d. General Information: Point of Contact: Ms. Yi, Suk-Hui, (from U.S. 011-82-2-2270-7271 or email at Suk-Hui.Yi@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-12-R-0029/listing.html)
- Place of Performance
- Address: USACE District, Far East Unit 15546, Attn:CEPOF-CT-P, Seoul AP
- Zip Code: 96205-5546
- Zip Code: 96205-5546
- Record
- SN02780490-W 20120621/120620000134-871a941bc42df2ed5583fc76d1dff270 (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 |