Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2003 FBO #0547
MODIFICATION

C -- A-E Services-IDIQ Contract For Construction Phase Services and Design Services For Civil Works Projects, Military Installations, HTRW, And Support For Others Primarily in CA,NV,UT And Other Locations within South Pacific Division Boundaries

Notice Date
5/28/2003
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Sacramento - Military, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
DACA05-03-R-0005
 
Response Due
6/10/2003
 
Archive Date
8/9/2003
 
Point of Contact
Jerri Medeiros, (916) 557-7934
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento - Military
(Jerri.A.Medeiros@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA ALL MODIFICATIONS TO THIS NOTICE MUST BE ACKNOWLEDGED WITH THE PROPOSAL. The description of the requirements stated in the original notice is hereby replaced in its entirety. Proposals, if previously submitted, may be amended, or replaced in their entirety , at the option of the offeror. Offerors are responsible for ensuring any amendment to their proposal is responsive to the revised requirements, as described in this modification. Responses to this notice and all modifications must be received by close of business (4:30 pm) 10 June 2003. The following information replaces the corresponding information in the original notice in its entirety. DESCRIPTION: - 1. CONTRACTING INFORMATION: One (1) Indefinite Delivery contract for Construction Phase Services and De sign Services for Military Installations, Civil Works Projects and Work for Others, primarily in California, Nevada, and Utah and other locations in the boundaries of the south Pacific Division (SPD) of the U. S. Department of the Army, Corps of Engineers is being procured in accordance with the Brooks A-E Act, PL 92-582, as implemented in FAR Subpart 36.6. Military boundaries of SPD include portions of CA, AZ, NV and UT, while Civil boundaries include portions of CA, OR, NV, UT AZ, WY, and CO. Firms will b e selected for negotiation based on demonstrated competence and qualifications for the required work. a specific scope of work and services required will be issued with each task order. The projects will primarily be within the boundaries of the Sacramento District's Sacramento and Valley Resident Offices; however, some projects may be within the jurisdiction of the Utah Resident Office. Firm Fixed Price Task Orders will be negotiated for the work. The North American Industrial Classification System (NAICS) Code for this procurement is 541330, which has a small business size standard of maximum $4 million in average annual receipts for its preceding 3 fiscal years. Responses to this announcement will be accepted from all responsible firms, regardless of busi ness size. However, eligibility for award will based on the following cascading order of precedence: 1st consideration: 8(a) Program; 2nd consideration: Small Business Set-Aside; and 3rd consideration: Unrestricted. The government will use the following me thodology to establish eligibility for contract award: (1) In addition to the other information required to be submitted, each firm responding to this announcement must indicate their size status under the specified NAICS code and must also state if they a re currently certified as an 8(a) small business concern. Unless specifically stated otherwise, the Government will presume that all 8(a) small business concerns desire to compete for an award under the 8(a) Program. Unless specifically stated otherwise, t he Government will also presume that all small business concerns, including certified 8(a) small business concerns, desire to compete for an award under the Small Business Set-aside. Unless specifically stated otherwise, the Government will presume that al l small business concerns, including certified 8(a) small business concerns, desire to compete for an award if award is made under on an unrestricted basis. Small business concerns receiving an award under either the 8(a)Program or a Small Business Set-asi de will be subject to FAR 52.219-14, Limitations on Subcontracting. (2) Initially the Government will only evaluate the qualifications of the A-E firms which have stated that they are competing for the award under the authority of the 8(a) Program. The awa rd resulting from this announcement will be made on a competitive basis to an eligible 8(a) business concern, provided that a minimum of three of the competing 8(a) A-E firms are determined to be highly qualified (e.g., are short-listed) and that the Gover nment is able to negotiate a fair market price with one of the short-listed firms. (3) If responses are not received from at least three eligible 8(a) firms tha t are considered by the Government to be highly qualified for this procurement, or if the Government is not able to successfully negotiate a fair market price with one of the highly qualified 8(a) firms, then this procurement will be automatically withdraw n from the 8(a) Program and HUBZone small business concerns and the acquisition will be conducted as a Small Business Set-Aside. At this point the Government will only evaluate the responses received from all eligible small business concerns, including 8(a ) small business concerns. Award will be made to a responsible small business A-E concern, provided that a minimum of three small businesses are determined to be highly qualified (e.g. short-listed) and the Government is able to negotiate a fair market pri ce with one of the short-listed firms. (4) If responses are not deceived from at least three eligible small business firms that are considered by the Government to be highly qualified (e.g. short-listed) for this procurement, or if the Government is not ab le to successfully negotiate a fair market price with one of the highly qualified small business firms, then the small business set-aside will be cancelled and the procurement will be conducted on an unrestricted basis, e.g. the award will be made on the b asis of full and open competition from all responsible competing business concerns. If a large business is selected, it must comply with FAR 52.219-9 regarding the requirement to subcontract. The recommended goal for the work intended to be subcontract is 57.2% small business. Out of the 57.2% to small business, 8.9% is for small disadvantaged business (subset to small business); 8.1% is for small business/woman owned (subset to small business; 3.0% is for HUBZone small business (subset to small business), and 3.0% is for Service Disabled small business (subset to small business). If the selected firm submits a plan with lesser goals, the firm must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted w ith the SF 255; however, the plans to do so should be specified in block 10 of the SF 255. If award is made to an 8(a) firm, the contract will include a base year with four one-year options, with the contract amount for each period not to exceed $1,000,000 .00. If award is made to other than an 8(a) firm, the contract will include a base year with two one-year options, with the contract amount for each period not-to-exceed $1,000,000.00. Yearly cumulative amount of individual task orders per contract shall n ot exceed $1,000,000.00, unless contract capacity is rolled over from one period to the following period, if the options are exercised, nor will any individual task order exceed $1,000,000.00. If the contract amount for the base year period or preceding op tion year periods has been exhausted or nearly exhausted, the Government has the option to exercise the contract option period before the expiration of the base year period or preceding option year periods. The negotiated contract rates for the base year w ill be in effect for one year from the date of contract award. If an option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rates will take effect on the anniversary date of the contract award. The estimated contract start date is July 2003 and the base period of the contract will be a period of 12 months (July 2004). Contractor must be registered in the Central Contractor Registration (CCR) database prior to award of contract. Lack of registration in the CCR database will make offeror ineligible for award. To register online, visit the CCR homepage at: http://www.ccr2000.com. For military projects, the contractor shall be responsible for design and drawings using comp uter-aided design and drafting (CADD) software and delivering the two dimensional drawings in Autodesk AutoCAD, release 2000i. The Government will only accept t he final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 2000i format, and on the target platform specified herein. the target platform is a Pentium 800 MHz, 256 Mb Ram, and 20 GB Hard Drive with Microsoft Wi ndows 2000 operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format. Drawing files shall also be deliver ed in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT with the Standard Generalized Markup Language (SGML)using the Unified Facilities Guide Specifications (UFGS). Speci fication files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. For civil projects, the contractor shall be responsible for drawings using computer-aided design and drafting (CADD) software and de livering the three-dimensional drawings in Bentley MicroStation NT, Version 7.1 or higher, electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Bentley MicroStation form at Version 7.1, and on the target platform specified herein. The target platform is a Pentium 800 MHz, 256 MB Ram, and 20 GB Hard Drive with Microsoft Windows 2000 operating system. Advanced application software used in preparing drawings shall be delivere d in versions compatible with MicroStation J Version 7.1. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the Raster Reference Manager built into MicroStation J Versio n 7.1, ZI Imagings I/RasC version 7.2 or higher, or Bentleys I/RasB Version 6.0 or higher electronic digital format. Drawings files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifica tions will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using Unified Facilities Guide Specifications (UFGS). In addition to the format specified above, specification files shall also be delivered in Adobe Acrobat Portable Da ta Format (PDF) or PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and DrChecks. Estimates will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. 2. PROJECT INFORMATION: The work and services may include all or any of the following tasks: (1) Performs Biddability, Constructability; Operability and Environmental (BCOE) reviews (2) Provide support in preparing the Governments Quality Assurance Plan for newly awarded contracts; (3) Provide support for and attend re-construction conferences and mutual understanding meetings; (4) Review selected contractor submittals and pr ovide written comments to the Contracting Officers or Contracting Officers Representative (COR); (5) Assist with the Governments Quality Assurance Program; (6) Attend regular coordination meetings conducted between Corps of Engineers and the Users; (7) Rev iew RFIs; (8) Draft Requests for Proposal; prepare Basic Change Documents; (9) Prepare cost estimates for pending changes and task orders; (10) Provide construction expertise support based on visits of sites in preparation of Corps of Engineers contracts; (11) Provide support for preparing monthly reports and status briefing materials for the Users; (12) Provide technical review of contractors Requests for Equitable Adjustment and formal claims; (12) Attend pre-final and final inspection of newly completed work; (14) Prepare contract or task order closeout documents; (15) Conduct review of mechanical piping system; (16) Perform asbestos and lead-based paint survey s on an unspecified number of buildings; (17) Oversee asbestos abatement work by performing site surveillance; (18) Perform customer coordination/construction oversight for dredging projects; (19) Perform Pre-construction review of A-E-prepared submittals list; (20) Participate in the Corps Resident-Management System (RMS) software through on-site inspections of the construction; (21) Schedule and perform four and nine-month warrantee inspections; (22) Review Construction Contractors prepared as-built drawi ngs; (23) Attend a variety of meetings with contractors and Corps of Engineers concerning construction projects; (24) Provide engineering expertise in specific mechanical, electrical, architectural and civil/structural design and construction problem resol ution; (25) Testify for the Government as a technical expert witness in defense of claims submitted by the construction contractor. 3. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Criteria a through e ar e primary. Criteria f, g and h are secondary and will only be used as tie-breakers, if necessary, in ranking the most highly qualified firms. a.) Specialized Experience and Technical Competence in the tasks listed (1) - (25), under Project Information. b.) Professional Qualifications of management and technical personnel in the Key Disciplines of Project Manager, Civil/Structural Engineer, Mechanical Engineer, Electrical Engineer, Engineering Technician, Senior Construction Representative, Junior Constructi on Representative, Clerical, Project Engineer, Industrial Hygienist, Program Manager, Senior Program Manager and in the secondary disciplines of Architect, Environmental Engineer, Safety Engineer, Surveyor, Geologist, Geotechnical Engineer, Hydrographical Surveyor and Welding Inspector. c.) Capacity to Perform: Ability to perform simultaneously, on (1) $100,000.00 or more, Task Orders in three (3) various locations. This evaluation will consider the experience of the firm and any consultants in similar size projects and the availability of an adequate number of personnel in key disciplines. d.) Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e.) Knowledge of the Locality su ch as geological features, climatic conditions, local material resources, and local construction methods. f.) Geographic proximity (physical location) of the firm in relation to the location of project(s). g.) Extent of participation of SB, SDB and Histori cally Black Colleges & Universities and Minority Institutions on the proposed contract team measured as a percentage of the estimated effort. h.) Volume of DoD contract awards in the last 12 months. The firms which are not recommended by the Pre-Selection Board to the Selection Board for further consideration shall be notified by letter. The firms which are considered by the Selection Board but are not ranked for negotiation shall also be notified by letter. The firms which are ranked for negotiation but ar e not selected for an award shall be notified after the award of the contract. The contract award shall be based on the Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including smal l, disadvantaged owned firms and firms that have not had prior DoD contracts. Qualified small disadvantaged firms will receive considered during selection and all other selection evaluation criteria being equal; also participation in a joint venture may be come a determine factor for selection. Therefore, all offerors submittals should specifically identify in the appropriate portions of the SF 255 all proposed small disadvantaged firm participation in the proposed activity to be accomplished by the contract or. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work and services are invited to submit one (1) completed Standard Form (S F) 254 and 255, revised editions dated November 1992, Architect-Engineer and Related Services Questionnaires for the prime and one (1) SF 254 for each subcontractor/consultant, to U. S. Army Engineer District, Sacramento, Attn: A-E Negotiation Unit, 1325 J Street, Sacramento 958143-2922. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members role on each listed project (i.e. project manager, des ign engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements fo r the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared, and approved by the Government, as a condition of contract awa rd, but is not required with this submission. Include the ACASS number of the office that will be responsible for the work. Lengthy cover letters and generic corporation brochures, or other presentations (such as Binding of SF 254 and 255) beyond those to sufficiently present a complete and effective responses are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received by the close of business (4:30 pm) on 10 June 2003. No other general notification will be mad e of this work and services. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during this announcement period.
 
Place of Performance
Address: US Army Engineer District, Sacramento - Military 1325 J. Street, Sacramento CA
Zip Code: 95814-2922
Country: US
 
Record
SN00333555-W 20030530/030528213507 (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 |
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.