Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Services Contract for POL (Petroleum, Oils, and Lubricants) Systems and Related Projects

Notice Date
6/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-15-R-0004
 
Point of Contact
Julie C. McLaughlin, Phone: 907-753-2894, Michelle R Mandel, Phone: 907-753-2502
 
E-Mail Address
julie.c.mclaughlin@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(julie.c.mclaughlin@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
C--INDEFINITE DELIVERY ARCHITECT- ENGINEER SERVICES CONTRACT FOR POL (PETROLEUM, OILS and LUBRICANTS) SYSTEMS AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA ________________________________________ ________________________________________ General Information: Document Type: Synopsis/Solicitation Solicitation Number: W911KB-15-R-0004 Posted Date: 18 June 2014 Original Response Date: 18 July 2014 Original Archive Date: Current Archive Date: Classification Code: C -- Architect and engineering services Set Aside: Total Small Business Contracting Office Address: US Army Corp of Engineers, Alaska, CEPOA-CT P. O. Box 6898, JBER, AK 99506-0898 Description: (1) CONTRACT INFORMATION: An Indefinite Delivery 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. North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in average annual receipts. To receive award contractors must be registered in the System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. This announcement is set-aside for Small Business firms. The contract shall be an indefinite delivery firm fixed price with a contract limit of $6,000,000 with a base term of three (3) years and two (2) one year options. There is no specific task order limit except the limit of the contract. Award of one contract is anticipated for the 1st quarter of FY 2015. All responders are advised that this contract may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized (See FAR 52.232-18). This solicitation does not guarantee work to the selected firm. Telephonic interviews will be held with all of the most highly qualified firms. (2) PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include projects primarily involved in the inspection, maintenance, repair, upgrade, or alteration of existing POL storage facilities, distribution systems, POL support facilities, and infrastructure. Projects may also include design of new POL related facilities. Work includes A-E services; site surveys, facility inspections, preparation for and participation in design charrettes; technical review, preparation of plans, specifications, design analysis, design build RFPs, programming studies/DD Form 1391 development, construction support services and cost estimates for solicitation of construction for repair/renovation, new construction projects, or engineering studies. Firms must have primary capability in POL design and engineering and should be aware of or capable of acquiring knowledge of design requirements and procedures set forth by the DEFENSE LOGISTICS AGENCY - DEFENSE ENERGY SUPPORT CENTER (DESC) SUSTAINMENT, RESTORATION AND MODERNIZATION (SRM) PROGRAM. Renovations might include, fire protection upgrades (AFFF), fuel containment, transport, delivery, storage, and dispensing systems as well as conversion of fuel type. Services incidental to the overall project may also require API 653 tank inspection, piping system evaluation in accordance with API 570, pipe stress analysis, hydraulic and dynamic transient surge analysis, pressure testing, and internal pipeline inspection services. Projects may include but not be limited to, above and below ground storage tanks, hydrant systems, fuel distribution pump houses, truck fill stands, piping, valves, trenching, primary and secondary spill containment, SCADA systems, and pipeline/tank leak detection systems. Design of utilidors, fire detection and fire protection systems, mechanical and electrical systems, and communication systems may be required but are incidental to POL design. Project sites may be local as well as remote. The AE and their subcontractors must have experience in cold regions design. The AE may be required to participate in programming, value engineering and design charrettes and project review conferences. The Government may require that designs be in metric and/or english systems of units. Products shall be produced to Corps of Engineers guidelines and specific formats as set forth by task order. The firm must demonstrate the ability to: Provide drawings in AutoCAD (version as required by the project); use the latest version of MCACES (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS) using MII software; provide draft DD Form 1354, Transfer and Acceptance of Military Real Property, for design task orders provide electronic bid set (EBS) documents; and use SPECSINTACT for all projects unless otherwise directed in the task order. Construction support services when required, include: participation in on-site partnering/pre-construction meetings; review construction contractor's submittals for government approval and for information only; participation in site visits and provide inspection reports at critical points of construction; participation in start-up and commissioning of the systems; attending warranty inspections; participation in "lessons learned" sessions; preparation of operations and maintenance support information manuals. Construction support services may be contracted using Time and Materials processes. The AE will be required to use the Dr. Check's design review and checking system (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks includes a web browser program, either Internet Explorer (Microsoft) or Navigator (Netscape) versions 4.0 or later; the web site is http://www.buildersnet.org/drchecks/ (3) LOCATION: Primarily various locations in Alaska, but may be utilized outside Alaska on an exception basis. Facilities will generally be located in arctic, subarctic, and cold region environments. (4) SELECTION CRITERIA: The following selection criteria are listed in the descending order of importance. Criteria (A)-(G) below are primary selection criterion. Criteria (H)-(J) below are secondary and will only be used as "tie breakers" among technically equal firms. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 (Part II) (6/2004 edition) for each subcontractor. (A) Minimum requirements for professional personnel in the following disciplines: 1) Two (2) registered mechanical engineers, each with at least ten (10) years design experience in DOD POL systems 2) The following required disciplines must include at least one (1) individual with professional registration: architect, electrical, fire protection, civil, and structural engineers, 3) The following required disciplines must include at least one (1) individual: certified welding/engineer inspector, NACE certified Cathodic Protection Specialist, surveyor; cost estimator; environmental engineer (asbestos/HTRW certified); and specification writer (if specification writer is not a separate discipline, please clearly describe how specifications will be produced). (B) Specialized experience and technical competence in: 1) Design of new DOD POL related facilities in cold regions. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines. 2) Design of DOD POL related facility renovations, 3) Experience in API piping and tank inspections 4) Construction phase services 5) Preparing Design Build RFPs 6) Design charrettes 7) Studies and analyses of DOD POL related existing facilities. (C) Past performance on DOD, DESC/SRM and other contracts with respect to cost control, quality of work, and compliance with schedules. (D) Quality control/quality assurance plan: please describe how it will be used to assure a quality product (to include discussion on roles, responsibilities and authorities of the team involved in QC/QA). The quality control/quality assurance plan must address the integration of work products of the entire team that is proposed. (E) Capacity to maintain schedules and accomplish required work on three simultaneous task orders. (F) Knowledge of locality and military POL facilities in Alaska. (G) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially 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; minimizing maintenance costs and considering overall life cycle costs, and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles as well as the qualifications of the key personnel that demonstrate their experience and training in sustainable design. Note: Criteria H-J are secondary criteria and will only be used as "tie-breakers" among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria, in descending order of importance, are: (H) Geographic proximity in relation to the projects and the Alaska District Headquarters in Anchorage. (I) Volume of DOD contract awards in the last 12 months. (J) The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. (5) SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide TWO copies of the SF 330 and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/portal/forms/type/SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330, describe the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I of the SF 330 must be submitted. It is preferred that Part II of the SF330 be submitted with Part I however, the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the SAM website. Offerors must mail or deliver SF330 packages to be received no later than the date and time stated on the Presolicitation Notice. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal. Questions can be directed to the Contract Specialist/Contracting Officer listed below. No arrangements will be made by the government to assist in SF330 package delivery. Offerors are advised to plan accordingly. Day-pass procedures will not be used for delivery purposes nor are there pick-up services. No escort services will be provided. It is incumbent on the offeror to plan for unanticipated delays in delivery of SF330 package proposals. Due to heightened security at Government installations, visitors to the Elmendorf Air Force Base (Joint Base Elmendorf-Richardson (JBER) as of 1 Oct 2010) must use the Boniface Gate or Fort Richardson Gate (Visitor Centers). All vehicle occupants are required to wear seatbelts and hand-held cell phone usage by vehicle operators while driving on base/post is prohibited. Violators will lose their Base/Post driving privileges for these offenses. For offerors who will have their SF330 package hand-delivered, or use personal delivery services such as DHL, UPS or FedEx, the delivery must be by person, courier or personal delivery service with active base access. Mailing Address: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Mandel, Room 30) PO Box 6898 JBER, Alaska 99506-0898 Physical Address: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Mandel) 2204 3rd Street, Room 30 JBER, Alaska 99506 SF330 packages will be accepted in Room 30 during Alaska District Corps of Engineer business hours (7:30 AM to 4:30PM) Monday through Friday excluding holidays but not later than the date and time stated on the SF1442 or subsequent solicitation amendment. Submitters are advised that the Alaska District Corps of Engineers building has limited access. Only the main door (in front under the Corps of Engineers red flag facing Talley Avenue/Bluff Road) and the atrium doors (the tan addition to the main building located on 3rd Avenue/Fairchild Avenue) are open to individuals without a building pass. Room 30 is located in the basement. There is a date/time stamp located at the front desk in Room 30 and is the official clock used for SF330 package receipt. The Packaging that contains the SF330 package shall be marked: "Response to Presolicitation Solicitation Number: W911KB-15-R-0004, DO NOT OPEN" Contracting Division Point of Contact: Michelle R. Mandel, 907-753-2502 Email your questions to US Army Corp of Engineers, Alaska at: michelle.r.mandel@usace.army.mil Place of Performance Address: US Army Corp of Engineers, Alaska District, CEPOA-CT, P. O. Box 6898, JBER, AK 99506-0898
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-15-R-0004/listing.html)
 
Place of Performance
Address: Primarily Various Locations, Alaska, United States
 
Record
SN03398927-W 20140620/140619021904-0211877d73976730fe1845b7f47fd3be (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.