Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
MODIFICATION

C -- IDC M-316, General Architect Engineering Services in support of NY District Military Construction (MILCON) program in support of the U.S. Army Corps of Engineers.

Notice Date
7/31/2013
 
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-AE-0003
 
Response Due
8/15/2013
 
Archive Date
10/3/2013
 
Point of Contact
Anne Spiegelberg, Phone: 917-790-8083
 
E-Mail Address
anne.spiegelberg@usace.army.mil
(anne.spiegelberg@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
IDC M-316. General Architect Engineering services in support of NY District Military Construction (MILCON) program in support of the U.S. Army Corps of Engineers (USACE), primarily within New York and other Corps of Engineers locations within NAD/MSC Boundaries. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR subpart 36.6 Architect Engineer using full & open competitive procedures. NAICS Code 541330 The number one ranked large business firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the Indefinite Delivery Contract (IDC) is a maximum of 60 months and will not include optional time periods. The total capacity of the contract will not exceed $9,900,000. Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this IDC contract. The government guarantees a minimum payment of $4,000 for the basic contract. Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract and profit will be negotiated in each task order. Subcontractors and Outside Associates and Consultants (Architect-Engineer Services) (FAR 36.606(e), 44.204(b) and 52.244-4. This clause stipulates that the contractor obtain the written consent of the contracting officer prior to substitution of subcontractors, associates, or consultants specifically identified and agree to during negotiations. The prime A-E firm must obtain the contracting officer's consent to change any subcontractors that were indentified during selection and negotiation. The contracting officer should refer the qualifications of any new subcontractor to the original selection board (to the extent that these individuals are available) for evaluation. Approval of these substitutions may result in a price credit to the Government. Subcontracting Plan. A Small Business Subcontracting Plan is required for any A-E contract over $650,000 (including any options) with a large business if there are subcontracting possibilities (FAR 19.702, 19.704, 19.705-2 and 52.219-8). The subcontracting plan is an element of the negotiation process and is made a part of the contract. If the successful offeror fails to negotiate a subcontracting plan acceptable to the contracting officer within the time limit prescribed by the contracting officer, then the offeror will be ineligible for award. Each subcontracting plan must include separate dollar and percentage goals for using small business (including Alaska Native Corporations (ANC) and Indian Tribes), small disadvantaged business (including ANCs and Indian Tribes), women-owned small business, HUBZone small business, veteran-owned small business, and service disabled veteran owned small business. The Command subcontracting goals are considered when negotiating a Small Business Subcontracting Plan. The subcontracting goals are small business 50%, small disadvantaged business 17%, women-owned small business 18%, HUBZone small business 10%, veteran-owned small business 4%, and service-disabled veteran-owned small business 4%. However, any plan with a small disadvantaged business goal of less than five percent must be approved one level above the contracting officer. Note: the command subcontracting goals do not necessarily have to be met for a plan to be acceptable Subcontracting plans also include assurances the A-E firm will submit periodic reports so the contracting officer can determine the extent of compliance with the subcontracting plan, as well as submit a required Individual Subcontracting Report (ISR) and Summary Subcontracting Report (SSR) which is due bi-annually on 30 April and 30 October. For Small Business References, please contact Gregory Cuyjet, Deputy Small Business at 917-790-8004 or gregory.g.cuyjet@usace.army.mil Approximate award date: January 2014. The wages and benefits of services employees (see FAR 22.10) performing under this contract 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 of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Registered 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 A-E firm selected for this contract will be responsible to utilize the Army Contractor Manpower reporting (CMR) system and will be required to report certain information to the Army CMR system. For additional information see https://contractormanpower.army.pentagon.mil. 2. PROJECT INFORMATION: A-E services may include but not be limited to the following: Non-Design Services Perform/Conduct Design Charrettes including Eco-Charrettes Prepare Studies (to include building, energy, life-cycle studies) Prepare Parametric Designs, to include development of DD Form 1391 preparation Perform Geotechnical investigation Conduct Topographic surveys Prepare Technical specifications Perform Wetland delineation preparation of wetland mitigation plans. Preparation/ Permit applications and obtain permits., eg. Dam Safety, SWPPP(Storm Water Polution Prevention Plan) Perform Hazardous Materials/Field Investigation/Survey Sustainable Design/LEED (Leadership in Energy and Environmental Design) Perform Interior Design (Comprehensive Interior Design and Structural Interior Design) Prepare Cold Weather Design (ASHRAE 90.1, Zone 6) Prepare drawings using Building Information Modeling (BIM) Construction phase services, including but not limited to design during construction, preparation of operation and maintenance manuals, shop drawing review, site visits, commissioning and testing support. Design Services Site & infrastructure construction design Development/preparation of RFP's for design-build contracts, and design of new construction and renovation building/infrastructure projects for civil/military work and other non-military government agencies Antiterrorism/Force Protection Explosive safety design 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). Examples of potential projects include new and/or renovation of: Whole building renovation, repair or replacement of architectural elements Building seismic upgrades Anti-Terrorism and 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 Design for new Building and Infrastructure Construction Examples of facility types: Vehicle maintenance facilities Administrative facilities Research & design facilities (Armament, Munitions and Communications) Industrial facilities Ranges Training facilities Aviation facilities Munitions and Storage facilities Barracks/dormitories Dining 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. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary selection criteria. Criteria f and g are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: a. Specialized experience and technical competence: 1. The experience of firm and its consultants in the design of projects previously listed in Section 2 Project Information of this announcement. 2. Experience in preparing explosive safety designs for the types of projects listed in similar to the categories listed in the above required A-E services. Structural Capabilities require experience in blast effects and impact on structural behavior, to include analytical modeling, developing criteria, specifications and guidelines for the mitigation of blast and collision impact on structures per UFC 3-340-01 Design and Analysis of Hardened Structures to Conventional Weapons Effects and UFC 3-340-02 Structures to Resist the Effects of Accidental Explosions. Projects completed before May 2008 will not be considered. 3. Experience in preparing explosive safety plans in accordance with The Department of Defense Explosives Safety Board (DDESB). Projects completed before May 2008 will not be considered. 4. Experience with Historical Preservation Projects completed before May 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. 5. Experience in 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. 6. Demonstrate 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 sub-contractors/consultants with a professional staff consisting of the following disciplines. NOTE: Senior project personnel for each key discipline are required to be licensed/ registered. Resumes must be provided for each discipline, except where noted below. 1. Project Manager (Architect or Engineer with R.A. and/or P.E. required) 2. Quality Assurance Manager (based on the firm's QA/QC Plan, Architect or Engineer with R.A. and/or P.E. required) 3. Architecture (Registration required) 4. Structural Engineering (P.E. required) 5. Civil Engineering (P.E. required) 6. Mechanical Engineering (P.E. required) 7. Electrical Engineering (P.E. required) 8. Fire Protection Engineering (P.E. required) 9. Cost Engineering 10. Geotechnical Engineering (P.E. required) 11. Licensed Interior Designer 12. Accredited LEED specialist (Can be covered by one of the disciplines listed above) 13. Certified Value Specialist (CVS) Resumes for the following disciplines are not required with this submittal. Resumes will be required at a later date. 14. Historical Architect 15. Lead/Asbestos Abatement Inspector 16. Land Surveyors (P.L.S) The evaluation will consider education, registration, and training and overall and relevant experienced using information from Section E of the SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. 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. Licensed Interior designers are required to pass all 3 sections of the National Council for Interior Design Qualification (NCIDQ) Examination. State Historical Preservation Office experience is acceptable from any state. c. Past Performance on with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and ACASS. Letter of recommendation from customers addressing your firms cost control, quality or work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: In an effort to expedite the selection process the A-E's are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key declines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area of North Atlantic Division boundaries. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. Secondary Selection Criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business in the proposed contract team, measured as a percentage of the total estimated contract effort as indicated as follows: Small Business (including ANCs and Indian Tribes) 50%, Small Disadvantaged Business (including ANCs and Indian Tribes) 17%, Women-Owned Small Business 18%, HubZone Small Business 10%, Veteran-Owned Small Business 4%, Service Disabled Veteran Owned Small Business 4%. g. Geographic Proximity in relation to New York District boundaries. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 The forms can be downloaded into a.pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330 For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to 90 pages. Section E is limited to 40 pages. Each page shall be numbered. Section dividers don't count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Only 10 example projects are to be listed in Section F of the SF330. Supplemental information on the SF 330 is posted on the New York District USACE website: http://www.nan.usace.army.mil/BusinessWithUs/ContractingOpportunities.aspx Government solicitation. For information visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 541330 Submit three (3) completed SF330's to: Attn: Stephen DiBari, P.E., CENAN EN M Room No. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. The response date will move to the next business day, if the original response date falls on a Saturday, Sunday, or a Federal Holiday. Facsimile transmissions of the SF330 will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-AE-0003/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03133661-W 20130802/130801000457-a22965316f26b0916cbc35dba3be6f5a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.