MODIFICATION
C -- General Architect Engineering services supporting Sustainment, Renovation and Modernization (SRM) projects and other non-MILCON, primarily within New York and other Corps of Engineers locations within NAD/MSC Boundaries.W912DS-13-S-0006
- Notice Date
- 3/11/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-13-S-0006
- Response Due
- 3/19/2013
- Archive Date
- 5/3/2013
- Point of Contact
- Rippert P. Roberts, Phone: 9177908166
- E-Mail Address
-
Rippert.P.Roberts@usace.army.mil
(Rippert.P.Roberts@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this change to the Sources Sought Notice is to delete paragraph (f) in its entirety. No resumes are required for any discipline. Provide the organization chart per paragraph (c). Announcement Information for Architect-Engineering (A-E) Services: Indefinite Delivery Contract M-317 for General Architect Engineering services in support of Sustainment, Renovation and Modernization (SRM) projects and other non-MILCON work, primarily within New York and other Corps of Engineers locations within NAD/MSC Boundaries. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SMALL BUSINESS CONCERNS DOING WORK UNDER NAICS Code 541330. The purpose of this announcement is to gain knowledge of potential small business sources; specifically small business, certified 8(a), certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS Code is 541330. The size standard is $14 million average annual receipts for preceding three fiscal years). Responses to this Sources Sought Announcement will be used to determine appropriate acquisition decisions for a future procurement. The length of the anticipated Indefinite Delivery Contract (IDC) will be a maximum of 60 months and will not include optional time periods. The anticipated contract will have a total capacity not to exceed $25,000,000. Interested firms must submit a qualifications statement (not more than 20 pages) including but not limited to the following information: a. Self-certification that your firm is an SBA certified small business, 8(a), HUBZone, or a Service Disabled Veteran-Owned Small Business (SDVOSB) concern. b. Indicate proposed team members to include: Name of prime firm and sub-consultants, addresses, role in this contract and POC information of each firm c. Organizational Chart of Proposed Team d. Demonstrate the capability to perform in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.usace.army.mil/library/Pages/default.aspx. There is a limitation on subcontracting whereby quote mark at least 50% of the cost of contract performance incurred for personnel quote mark must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. e. Total number of employees dedicated to the contract, listing each employees function, professional discipline, professional license listing the state and date of registration g. Demonstrate experience in the required A-E services listed below Required A-E services may include, but are not limited to the following: Design Charrettes Studies (to include value engineering studies) Site & infrastructure design Development of design criteria for design-build contracts, and design of new construction and renovation projects for civil/military work and other non-military government agencies Parametric Designs Design work analysis Geotechnical reports Topographic surveys Technical specifications Wetland delineation and mitigation Preparation of Permit applications and obtain permits Preparation of Concept Designs, Final Designs and Site Plans Hazardous Materials Abatement Antiterrorism/Force Protection Explosive safety design Sustainable Design/LEED Interior Design Cold Weather Design Building Information Modeling (BIM) Cost estimating using the latest version of M-CACES, PACES and MII [M2] software Preparation of CADD and GIS drawings. Deliverables in Micro station or AutoCAD format will be required. drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-aided standard version (CADD). Construction phase services, including but not limited to design during construction, preparation of operation and maintenance manuals, shop drawing review, site visits and commissioning/start-up/fit-up design support Examples of potential projects include design and/or renovation of: Whole building renovation, repair or replacement of architectural elements Building seismic upgrades Force protection upgrades Repair or replacement of mechanical, electrical or fire protection/detection systems Asbestos and lead abatement services related to building renovation or demolition Renovation of historic structures Research and development facilities Academic Facilities Examples of new buildings and or structures includes Vehicle maintenance facilities Administrative facilities Industrial facilities Ranges Training facilities Pavements/hardstands Barracks/dormitories Dining facilities Research and Development facilities Academic Labs Academic Facilities Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. The firm will be required to have the following specific design capabilities: a. Specialized experience and technical competence in: Demonstrate ability to conduct, planning and design charrettes similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare studies (to include value engineering studies), Demonstrate ability to prepare site & infrastructure design for construction and renovation projects for military work and other non-military government agencies, similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare design-bid-build construction documents and develop design criteria for Design Build RFP documents for new buildings and structures similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare parametric designs for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare design work analysis for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare geotechnical reports for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare topographic surveys for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare technical specifications for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare wetland delineation and mitigation for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare permit applications and obtain permits for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare concept designs, final designs and site plans similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare hazardous materials abatement similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate experience with antiterrorism/force protection measures for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered Demonstrate ability to prepare explosive safety designs for the types of projects listed in similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate experience in sustainable design, using the LEED Green Building Rating System. Demonstrate ability to prepare interior designs for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare cold weather designs for the types of projects similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare Building Information Modeling (BIM) for the types of projects listed similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare cost estimates in the latest version of M-CACES and have experience in MII [M2] software and PACES. In the event that the firm does not have experience in MII [M2] software and PACES, it shall demonstrate how cost estimating procedures is included in the development of the design and how market conditions are included in the construction cost estimate. Projects completed before Feb 2008 will not be considered. Demonstrate ability produce deliverables in Micro station or AutoCAD format. Preparation of CADD drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-aided standard version (CADD). Projects completed before Feb 2008 will not be considered. Demonstrate ability to prepare construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support, similar to the categories listed in the above required A-E services. Projects completed before Feb 2008 will not be considered. Demonstrate experience with N.Y. State Historical Preservation Office (SHPO). Projects completed before Feb 2008 will not be considered. In the event, the experience is not available, a firm shall demonstrate in the proposal how they will obtain experience. Demonstrate the ability to provide a QA/QC plan indicating how the prime plans to manage their team to ensure that quality products are prepared. Demonstrate ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. Demonstrated capability to execute multiple task orders simultaneously b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or subcontractor/consultants with a professional staff consisting of the following disciplines: NOTE: Resumes are not required for the disciplines listed below, however personnel should be identified in your organizational chart. 1. Project Manager 2. Quality Assurance Manager (based on the firm's QA/QC Plan) 3. Architecture 4. Structural Engineering 5. Civil Engineering 6. Mechanical Engineering 7. Electrical Engineering 8. Fire Protection Engineering 9. Cost Engineering 10. Geotechnical Engineering 11. Lead/Asbestos Abatement Inspector 12. Certified Industrial Hygienist 13. Licensed Interior Designer 14. Historical Architect 15. Land Surveyors 16. Anti-Terrorism/Force Protection Specialist (physical & electronic security) 17. Accredited LEED specialist (Can be covered by one of the disciplines listed above) Senior project personnel for each key discipline are required to be licensed/ registered. Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01, http://62.204.17.188/report/doc_ufc.html. Use the latest publication of UFC 3-600-01 as of the posted date off this announcement. Qualification statements may be submitted electronically as PDF files emailed to: Rippert.P.Roberts@usace.army.mil Or, submit qualification statements by mail or hand-delivered to: Attn: Rippert P. Roberts III, P.E. CENAN EN-M, Rm. 1843, U.S. Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY 10278 Qualifications statements must be received by 19 March 2013, 4:00PM EST. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This Sources Sought announcement neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-S-0006/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN03008835-W 20130313/130311234422-0415eece6d6d6e571230ba47cee7b697 (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 |