COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29, 2001 PSA #2776
SOLICITATIONS
C -- WORLD-WIDE MULTIDISCIPLINE ARCHITECT-ENGINEER DESIGN SERVICES
- Notice Date
- January 26, 2001
- Contracting Office
- U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- DACA63-01-R-0007
- Point of Contact
- Sharon L. Hair, Contract Specialist, 817/978-3194
- E-Mail Address
- Sharon L. Hair, Contract Specialist (sharon.l.hair@swf02.usace.army.mil)
- Description
- Multidiscipline Design (primarily Electrical and Mechanical) or other Professional Services, procured in accordance with PL 92-582 (The Brooks Act) and FAR Part 36, are required for award of a negotiated indefinite-delivery firm-fixed-price contract primarily for miscellaneous Military Projects assigned to the U.S. Army Intelligence and Security Command Installations worldwide. None of the projects are yet authorized and funds are not presently available. The awarded contract will consist of a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in the contract will not exceed a maxim um amount of $2,250,000.00 ($750,000.00 basic and $750,000.00 each for both option periods). An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price task orders with a maximum amount of not to exceed $750,000.00 each. All work must be performed by or under the direct supervision of licensed professional Engineers. The North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which corresponds to SIC Code 8711. For submittal or technical information, contact Robert Gilbert, 817/978-3583. The contract is anticipated to be awarded on or about June 2001. This announcement is open to all businesses regardless of size. If a large business firm is selected for this announcement, it must comply with the FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District are (1) at least 61.4% of a contractor's total intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), woman-owned small businesses (WOSB), veteran-owned small businesses (VOSB), Historically Black College/Universities or Minority Institutions (HBCU/MI), and HUBzone small businesses; (2) at least 9.1% of a contractor's intended subcontract amount be placed with SDB; (3) at least 5.0% of a contractor's intended subcontract amount be placed with WOSB; (4) at least 3.0% of a contractor's intended subcontract amount be placed with VOSB; (5) at least 2.0% of a contractor's intended subcontract amount be placed with HBCU/MI; and at least 0.5% of a contractor's intended subcontract amount be placed with HUBzone Small Businesses; and the remaining 41.8% of a contractor's intended subcontract amount be placed with SB for a total of 61.4%. The plan is not required as part of this submittal. The wages and benefits of service 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 the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr2000.com or by calling 1-888-227-2423. 2. PROJECT INFORMATION: The work may involve but is not limited to any or all of the following: Design, Drafting, Planning, field inspections and surveys, tests and reliability/availability/maintainability studies, site investigations, ground and /or Topographic Surveys, on Site Management, services during a project's construction phase, and Geotechnical Investigations associated with an Indefinite Delivery Contract for projects which are of an Engineering, Architectural, or Environmental nature. Projects are expected to be for maintenance, repair or alterations to existing facilities and/or new construction. Projects may be located in the Continental United States (CONUS) and various sites outside the Continental United States (OCONUS) including the United Kingdom, Korea, Germany, and Hawaii. 3. SELECTION CRITERIA: See CBD Note 24 (Monday issue) for general description of the A-E selection process. Selection criteria in descending order of importance (first by major criterion and then by each sub-criterion) (Criteria a-e are primary. Criteria f-k are secondary and will only be used as "tie-breakers" among technically equal firms.) are as follows: (a) Specialized Experience and Technical Competence. The selected team must demonstrate recent (within the past 5 years) and significant experience in the following: (1) the design of facilities including Sensitive Compartmented Information Facilities (SCIF's) and infrastructure at Military Installations, paying particular attention to required security provisions, highly reliable utility systems, area architecture and conditions, landscaping, interior design, value engineering, and environmental issues, (2) evaluating contractor's submittals, performing construction surveillance, and other activities during construction, (3) Fire Protection and Life Safety Design and familiarity with the use and application of NFPA codes 80 and 81 and MIL-HDBK-1008C, (4) abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances, (5) designs which comply with Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act (ADA), (6) prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conversation in facility design. In block 8 of SF 255, cite whether the experience is that of the prime (joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in block 3b shall be so labeled. (b) Professional Capabilities. The indefinite-delivery contract will require (either in-house or through consultant), as a minimum, the following: three Project Managers, three Registered Electrical Engineers, four Registered Mechanical Engineers, three Registered Architects, two Registered Civil Engineers, two Registered Structural Engineers, one Fire Protection Specialist, one Life Safety Specialist, two Environmental Specialists, one Value Engineer and two Cost Estimators. None of the above should be dual disciplined. Performance of work under a task order may require access to information classified, as high as, Top Secret-SCI and/or visits to locations outside the Continental United States (OCONUS). Therefore, individuals involved in these projects (as a minimum the Project Managers, Architects, Electrical Engineers and Mechanical Engineers) must have or be able to obtain by contract award date, a current Top Secret Clearance with a Special Background Investigation (SBI) to permit access to Sensitive Compartmented Information. Personnel proposed for OCONUS projects must also have or be able to obtain by contract award date a valid passport and visa, as required. This contract will not require transporting and storing or generation of classified material by the A-E. (c) Capacity. The work required under this contract will in part be urgent in nature requiring quick A-E response. Firms must show sufficient capacity to respond quickly, mobilize qualified personnel, meeting all schedules and produce quality results under short deadline constraints to complete three task orders concurrently for accepted task orders. Submitting firms should demonstrate experience with similar size contracts and the available capacity of key disciplines. (d) Past Performance. The firm must demonstrate past performance on DOD, DOE and other contracts with respect to quality of work, compliance with delivery schedules, and cost control. (e) Knowledge of the Locality. Submitting firms should demonstrate familiarity, knowledge, and experience in accomplishing work on a worldwide basis especially in the United Kingdom, Korea, Germany, Hawaii, and locations within the continental United States. Examples include knowledge of geological features, climatic conditions, local construction methods that are unusual or unique, and local laws and regulations. (f) Firms must demonstrate the capability to: produce cost estimates using the Corps of Engineers Micro-Computer Aided Cost Estimating System (MCACES Gold) (software provided); prepare specifications using Government furnished program, Specsintact; submit drawings in both Auto CADD and Microstation utilizing current versions; create .CAL files of all drawings; create .PDF files of specifications; transmit data by file Transfer Protocol (FTP); provide data on electronic media, including CD-ROM discs, in accordance with government-furnished formats; prepare reports and documents compatible with the most recent versions of Microsoft Office software; utilize geographic information systems and other sophisticated data management/visualization techniques; and produce GIS-compatible and CADD graphics in accordance with Federal Special Data Standards. Other formats and/or software may be required for OCONUS projects. (g) Volume of DOD Contract Awards. In Block No. 10 of the SF 255, firms must show their last 12 month's DOD awards stated in dollars as described in Note 24. (h) Subcontracting: Firms must show the extent of participation of SB, SDB, HBCU/MI and WOSB in the proposed contract team, measured as a percentage of the estimated effort. (i) The primary means of communication between all active participants on the task orders may be via electronic mail. Some task orders may have a requirement to have common data and information available to responsible individuals and organizations, including design review data, which will be accessed on the World-Wide Web via a dedicated secure web page. Therefore, the firm must show the capability to create and maintain this web page, through links from the A-E Company's Home Page. (j) Design Quality Control Plan. In Block No 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. (k) Block No. 10 will be limited to ten pages maximum. 4. SUBMISSION REQUIREMENTS: (a) See Note No. 24 for general submission requirements. Interested firms having the capabilities to perform this work, must submit one submittal package including an original SF 254 (11/92 edition) and SF 255 (11/92 edition) for the prime and all consultants no later than 4:30 p.m. on the 30th day after the date of this announcement. The day following this CBD announcement counts as day number 1. If the 30th day falls on a Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next Government business day. Solicitation packages are not provided. This is not a request for proposal. Submit to: U.S. Army Engineer District, Fort Worth, ATTN: CESWF-EC-AM/Gilbert, Room 4J04, P.O. Box 17300, Fort Worth, Texas 76102-0300. (b) Responding firms must submit a current (updated and signed within the past 12 months) and accurate SF 254 for themselves and each proposed consultant. It must be provided for the specific office proposed to do the work. Indicate in Block No. 4 of SF 254 if your firm is a Large, Small, Small and Disadvantaged or Woman-Owned Small Business. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $4 million. (c) Submit only one SF 255, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract.(d) Include CBD announcement number in Block NO. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract (not necessarily total capacity), consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes of the on-staff or consultant employees you intend to use to perform the work in the anticipated design time and the type of projects they will perform in Block No. 7 of your SF 255. Block No. 7 may be repeated as needed to identify all the major disciplines and key team members. Selection will be based on the total team members presented in your SF 255, primarily in Block No. 4. Resumes must be submitted for all personnel listed in Block No. 4 to meet the minimums stated in 3.(b). (g) Personal visits to discuss this project will not be scheduled. (h) To receive an ACASS number, call 503/808-4591. ACASS number for the office performing the work must be shown in Block 3b of the SF 255. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF 255.
- Web Link
- Corps of Engineers, Fort Worth District, Contracting (http://ebs.swf.usace.army.mil)
- Record
- Loren Data Corp. 20010129/CSOL004.HTM (W-025 SN50B919)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on January 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|