SOLICITATION NOTICE
C -- Indefinite Delivery Architect-Engineer Services Services Contract for POL (Petroleum, Oil, Lubrication) Systems and Related Projects, Primarily Various Locations, Alaska
- Notice Date
- 7/1/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- DACA85-02-R-0025
- Response Due
- 7/31/2002
- Archive Date
- 8/30/2002
- Point of Contact
- Carolyn Haynes, 907/753-2545
- E-Mail Address
-
Email your questions to US Army Corp of Engineers - Alaska - Military Works
(carolyn.i.haynes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA DESCRIPTION OF WORK: 1. CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY02 subcontracting goals for this contract are a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses, with 9.1% of that to small, disadvantaged businesses, 5.0% to woman-owned small businesses, 3.0% to service disabled veteran owned small businesses, 3.0% to veteran owned small businesses, and 2.5% to HUB Zone small businesses. The subcontracting plan is not required with this submittal. All responders are advi sed that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract will be an indefinite delivery firm fixed price. The maximum contract amount, to include base year plus two option years, will not exceed $3,000,000.00. Performance period of option year(s) will not exceed one year. . Individual task orders issued under this contract will not exceed $1,000,000. The Government obligates itself to obtain no less than $20,000 in services during the term of the base period and $10,000 in services during the term of each option period. The Government may exercise a contract option before the expiration of the base contract period or preceding option period if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Contract award is anticipated for NOV 2002. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be avail able on an as-needed basis. Typical types of services to be provided may include projects primarily involved in the maintenance, repair, upgrade, or alteration of existing POL storage facilities, distribution systems, POL support facilities, infrastructur e and technical review. Work includes A-E services; preparation and conduct of design charrettes; preparation of plans, specifications, design analysis, design build RFPs, programming/1391 development, and cost estimates for solicitation of construction f or repair/renovation, new construction projects, or engineering studies. Work may also include construction phase services (supervision and inspection.) Selected project designs and studies shall be developed using metric or English system of measurement s (measurement system dependent upon type of project). The firm must demonstrate the ability to: provide drawings in AutoCAD 2000 DWG format (AutoCAD 2000 ? minimum requirements: IBM compatible PC; Windows 98, 2000, or NT; 64 MB RAM/128 recommended; 350 M B hard drive; 800 X 600 VGA with 64000 colors recommended.); use MCACES-Gold version 5.30 for DOS or MCACES for Windows (cost engineering system) for all projects; and in addition use the DR. CHECKS (review comment system), via the internet, for Army proje cts. MCACES-Gold 5.30 for DOS or MCACES for Windows shall be furnished by the Government (system requirements: MS-DOS 5.0 or higher for MCACES GOLD and Windows 3.1 or higher for MCACES for Windows. A minimum of 25 megabytes of hard disk space is also req uired to accommodate installation of the software, system files, and database.). The Government will provide the web address, a username, and a password for the firm to use to access the Dr. Checks system. The firm must also have experience in working wi th Corps of Engineers Technical Specification and Specsintact software program (version 3.1) by technical, administrative, and sub-contractor personnel, including in-depth knowledge of the software 'tagging hierarchy', 'section submittal and technical refe rence' formatting requirements. Experience in converting unauthorized MIL Spec, MIL and fed STD references to equivalent current industry standard references. 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 ENERGY SUPPLY CENTER (DESC) and the MAINTENANCE REPAIR AND ENVIRONMEN TAL (MR&E)program. Services may include programming studies, site survey, inspection, evaluation, design, participation in technical review, programming, design charrettes and construction inspection. Renovations might include, fire protection upgrades (A FFF), 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, pip e 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 house s, truckfill stands, piping, valves, trenching, primary and secondary spill containment, SCADA systems, and pipeline/tank leak detection systems. Project sites may be local as well as remote. LOCATION: Primarily Various Locations in Alaska. 3. SELECTI ON CRITERIA: The following selection criteria headings are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A-F are PRIMARY selection criteria: A. professional qualifications of the firm's staff/ consultants to be assigned to the projects in the following disciplines: (1) minimum in-house design capabilities require a minimum of 2 registered mechanical engineers or 2 registered POL engineers, each with 10 years design experience in POL systems; and (2) at least one engineer in each discipline subcontracted must be registered with 5 years experience or certification in the engineering discipline, with the exception for estimators and specification writers. Sub-consultants may include certified weld ing/engineer inspector, electrical engineering, structural engineering, civil engineering, environmental engineering (asbestos/HTRW certified), NACE certified corrosion engineer, registered fire protection engineer, architectural, surveying, cost estimator , and specifications writing. Firms that choose to provide any subcontracted disciplines MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (This means that work physically completed in the State of Alaska [i.e. geotechnical, survey, etc.] must use Alaskan residents). B. Specialized experience: (1) Technical competence of the firm in the programming, design, construc tion, and supervision of POL maintenance, repair, upgrade, alteration projects, and new construction projects. C. The firms past performance on DOD and private sector contracts (cost control, quality of work, compliance with schedule). D. Capacity of the firm to accomplish work in the required time (minimum of three simultaneous delivery orders, size of firm. Workload, etc); E. Knowledge of locality of projects: (1) knowledge of military POL facilities in Alaska; and (2) knowledge and design experience i n arctic or cold regions. F. Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and rec ycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; 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 and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. Criteria G-I are secondary and will only be used as 'tie-breakers' among technically equal firms. The SECONDARY selection criteria in descending order of importance are: G. Location of firm; H. Volume of recent DOD work awarded in the past 12 months; and I. participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estim ated 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. Offeror must provide adequate documentation in block 6 of the SF 255 to illustrate the extent of participation for the above-mentioned groups in terms of the percentage of the total anticipated contract effort. 4. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and ph one number. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, on-line or, from commercial software suppliers for use with personal computers and laser printers, or on-line in both Adobe Acrobat PDF and F ormFlow formats (http://www.gsa.gov/pbs/pc/hw_files/254-255.htm). Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) and in accordance with the Current Response Date, 31 July 2002. Any submittals received a fter this date will not be considered. NOTE: Hand carried submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the f ollowing procedures: The firm must provide the solicitation number, name of person or persons delivering the proposal, their social security number and name of employer. This will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB only. Each driver must provide a valid drivers license, proof of current insurance, current IM certificate, and current valid vehicle registration. This information must be faxed to 907/753-2544 or forwarded electronically to laura.j.Sheldon@poa02.u sace.army.mil no later than 25 July 2002. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed submittals shall be accepted. This is not a request for proposal. Email your questions to laura.j.sheldon@poa02.usace.army.mil.
- Place of Performance
- Address: US Army Corp of Engineers - Alaska - Military Works CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
- Zip Code: 99506-6898
- Country: US
- Zip Code: 99506-6898
- Record
- SN00103507-W 20020703/020701213624 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |