SOLICITATION NOTICE
C -- Up to four (4) Unrestricted AE IDIQ Contracts for Architect/Engineer Services for Army, Air Force, other military, and Civil Works projects primarily within the Great Lakes and Ohio River Division Mission Boundaries
- Notice Date
- 12/10/2012
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-23132052
- Response Due
- 1/16/2013
- Archive Date
- 2/8/2013
- Point of Contact
- Brenna A. Finkbeiner, 502-315-6182
- E-Mail Address
-
USACE District, Louisville
(brenna.a.finkbeiner@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Up to four (4) Unrestricted AE IDIQ Contracts for Architect/Engineer services for Army, Air Force, other military, and Civil Works projects primarily within the Great Lakes and Ohio River Division Mission Boundaries. 1.)SYNOPSIS: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated firm fixed price contracts, are for a variety of architect/engineer (A/E) services primarily for Army, Air Force, other military, and Civil Works projects at various locations within the Great Lakes and Ohio River Division mission boundaries. Projects outside the primary mission area may be added at the government's discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The maximum cumulative contract value for the total contract is $9,500,000. This is a five year contract, with no option years. The estimated construction cost per project is between approximately $3,000,000 and $50,000,000. Up to four firms will be selected, the top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second, and so on. Award of all contracts will be made within nine (9) months after award of the first contract provided there is sufficient workload. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which offeror will be selected to negotiate task orders: performance and quality of deliverables, current capacity to accomplish the work in the required time, and uniquely specialized experience. Significant emphasis will be placed on the A/E's quality control procedures, as the District will perform the quality assurance role only. Estimated start date is March 2013. 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 50.0 percent to small business, 18.0 percent to woman owned small business (WOSB), 17.0 percent to small disadvantaged business, 4.0 percent to service disabled veteran owned small business (SDVOSB), and 10.0 percent to HUB Zone small business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the A/E's quality control procedures, as the district will perform the quality assurance role only. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $30,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for architect-engineer services. 2.) PROJECT SPECIFIC INFORMATION: The selected firm will be solely responsible for the designs that they produce, and will become the designer of record for each individual project on their contract. Projects may consist of military projects for the U.S. Army, Air Force, and other military customers of USACE Louisville District. This contract may also be utilized for Civil Works projects. Military work is anticipated to be the largest percentage of work (approximately 80-90%). A/E services shall consist of: preparation construction solicitations for design-bid-build (complete design) projects; preparation of requests for proposal (RFP) for design-build projects; concept level designs and engineering feasibility studies; building information model (BIM) data development; site investigation/assessment of existing conditions; engineering services during construction; design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; 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. Additional AE support services may include: civil site design; geotechnical studies, demolition and/or the renovation of existing facilities; environmental compliance; National Environmental Policy Act (NEPA) documentation; controlled waste and flammable storage design; asbestos, lead, and PCB surveys and/or abatement plans; and utility investigations. Other A/E services beyond traditional design may include: site selection; facility assessments and construction-phase services (shop drawing review, site inspection, etc.). Construction cost estimating will be accomplished for all design projects using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software (software and database is available from the Government for a nominal fee). Task orders under this 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 and warehouses, chapels, physical fitness training centers and 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 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, navigation improvements, additions and repairs to locks and dams, geotechnical investigations, levee 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. Specifications must be electronically developed using the Unified Facilities Guide Specifications (UFGS), Louisville District guide specifications, modified Corps of Engineers guide specifications, and industry standard specifications. All specifications shall be developed and edited using the SpecsIntact automated specification processing system. Specifications shall be provided to the government in the native SpecsIntact format, Microsoft Word format, and/or Adobe (.pdf) format (see the individual submittal requirements for format requirements). Firms should demonstrate experience with using and writing project specifications in the SpecsIntact processing system. BIM or traditional CADD may be used for projects under this solicitation. Disciplines required for BIM are Architecture, Interior Design, Structural, Mechanical, Electrical, Civil and Cost Estimating. BIM products will be produced in the current version of either the Bentley BIM or Autodesk BIM as specified in each task order. Traditional CADD deliverables, if required for individual task orders, shall include Microstation (DGN) or AutoCAD (DWG) files as specified in each task order. Proposals should demonstrate experience using these CADD software products and knowledge of the latest release of the Tri-Service A/E/C CADD Standards. Sustainable Design shall be accomplished using an integrated design approach and emphasizing environmental stewardship; energy and water conservation and efficiency; use of alternative energy, 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. Design shall employ United States Green Building Council, Leadership in Environmental and Energy Design evaluation and Green Building Certification Institute certification methodology. 3.)SELECTION CRITERIA: The specific selection criteria must be documented with resumes in the SF 330. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. The individuals identified by the project roles may not have multiple duties or be quote mark dual-hatted quote mark. Selection criteria (a through d are primary; e is secondary) in descending order of importance are as follows: a.)Professional Qualifications: Provide resumes for two project managers (design team leaders) for task orders, both registered as an engineer or architect. Provide resumes for two designers and one checker in each of the following fields: architecture; civil, structural (independent of civil), mechanical, and electrical engineering with at least two in each field professionally registered in the relevant professional field as an engineer or architect. Two resumes for interior designers are required; both must be certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architects with at least five years of experience and training in interior design. Provide a resume for one designer and one checker in the following fields: life safety, environmental engineering, geotechnical (soil engineering); communication distribution design, and landscape architecture. These individuals may be qualified by a combination of education, registration, certification, and/or training. The communication distribution designer will be given additional consideration if s/he is a registered communication distribution designer. Provide a resume for one cost engineer with at least 10 years of experience as a cost engineer. Additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC), or comparable certification. Provide a resume for one commissioning authority (CxA) to lead the commissioning team. The CxA may be a mechanical or electrical engineer and shall be a licensed P.E. with a minimum of five years of heating, ventilation, and cooling or lighting and power distribution design experience and shall have documented experience as a CxA on at least two projects of similar size and scope. Provide a resume for one fire protection engineer who is a registered professional engineer with a minimum of five years dedicated to fire protection engineering, and one of the following: (i) A degree in fire protection engineering from an accredited university; (ii) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; or (iii) professional registration in an engineering discipline related to fire protection engineering. b.)Specialized Experience and Technical Competence: Include the following project experience in the resumes of the key personnel assigned to this project: electronic design development utilizing BIM; design/build project design methodology; sustainable design; design of anti-terrorism and force protection measures; construction cost estimating using M-CACES MII; and design charrettes. Only resumes identifying the professionalism and specialized experience of key members of the design team are necessary. Other available personnel may be specified in block H of the SF330. In addition, provide the following in block H of the SF 330: a brief design quality management plan including an explanation of the firm's management approach; management of sub consultants (if applicable); quality control procedures (for plans, specification, design analysis and electronic documents); procedures to ensure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub consultants). In block H also indicate the estimated percentages involvement of each firm on the proposed team. c.)Capacity. The firm shall demonstrate the available capacity to complete the work in the required time with the understanding that this contract may require multiple design teams to work individual task orders at various locations simultaneously. d.)Past Performance. Provide past performance on DoD and other contracts to include cost control, quality of the work, and compliance with the performance schedules. e.)Small Business: Provide a brief narrative summarizing the extent of participation of small business, small disadvantaged business, SDVOSB, and WOSB 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 l, and one copy of the SF330, 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 sub consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. To be eligible for award, a firm must have a DUNS number and be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Central Contractor Registration (CCR) and ORCA are now available through the System for Award Management (SAM). Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. These guides can also be viewed on http://www.acquisition.gov. 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 (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. 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. EST on 16 January 2013. 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, Louisville District, ATTN: Brenna Finkbeiner, 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Brenna Finkbeiner at (502) 315-6182. Email: brenna.a.finkbeiner@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-23132052/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Record
- SN02945862-W 20121212/121210234348-b82786b47c1324941775421b31915cfd (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 |