Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2004 FBO #0807
SOURCES SOUGHT

C -- Multidiscipline Indefinite Delivery Contracts (IDC), Fort Bragg and Camp MacKall, NC, SAD

Notice Date
2/10/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-04-R-0044
 
Response Due
3/11/2004
 
Archive Date
5/10/2004
 
Point of Contact
Linda Smulevitz, 912-652-5902
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(linda.l.smulevitz@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The NAICS is 541330; size standard $4 million. *** Contractural Questions contact Nina Jodell at 912-652-5465; Questions concerning subcontracting plan contact Gwen Parker at (912)652-5340; Questions concerning SF 255. Selection and Preselection Boar d process contact Lucie Hughes at 912-652-5645; 255's should be mailed to: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Oglethorpe Avenue, Savannah, GA 31401. *** The NAICS is 541330; size standard $4 million. ***** 1 . CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of three multidiscipline Indefinite Delivery Contracts (IDC). These contracts are being p rocured 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 for the required work. Firms should note that this announcement is a change over the Savannah District 's previous policy for selection of A-E firms. Announcements are made on an as needed basis. Firms will be required to submit their statement of qualifications (SF 255) for each announcement. Offerors are cautioned to read this announcement in its entirety . *** Contracts awarded as a result of this announcement will be administered by the Ft. Bragg Directorate of Public Works for use on federal projects at Ft. Bragg, NC, and Camp Mackall, NC. Contract limits and contract size will be determined at the tim e of selection. Contracts may be issued up to one year after selection approval. Typically each contract will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years maximum. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The total amount of each contract over the three-year ordering period may not exceed $1,500,000. Task Orders wil l be primarily for small projects with a construction value typically under $2 million, however if required, larger projects will be executed under this contract. These task orders are firm fixed price. *** Projects to be designed are not yet determined a nd funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: (1) Performance and quality of deliverables under the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, and (3) Equitable distribution of work among identical contracts. The NAICS is 541330; size standard $4 million. *** This announcement is open to all businesses. Small businesses are encouraged to te am with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 255, Block 6, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Reques t for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 57.2% TO SMALL BUSINESS; 10.0% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS) ; 10.0% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% HUBZO NE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% TO SERVICE-DISABLED VETERAN-OWNED SMALL BUISNESS (A COMPOSITE OF SMALL BUSINESS AND VETERAN-OWNED SMALL BU SINESS). While the Sa vannah District does not have a specific target for subcontracting with Veteran-owned Small Businesses, this must be addressed in any subcontracting plan. Writt en justification must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firms selected for negotiations. For additional information, contact Gwennette Parker at (912)652-5340. *** NOTICE: All firms interested in consideration for this solicitation for teaming or subcontracting purposes please register on our website at http://ebs.sas.usace.army.mil/. Registration will NOT be used as a planholder's list. Registration shall include Company name, address, phone number, POC, Company type (i.e., Small Business, Woman Owned, Small Disadvantaged, Hubzone, Vet eran Owned or Service-Disabled Veteran-Owned, etc.) and company specialty (i.e., engineering specialty, architect, environmental, surveying, landscaping services, reproduction, etc.). Questions about this notice shall be directed to Gwennette Parker at the above phone number. ** 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://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. ***** 2. PROJECT INFORMATION: Work may consist of preparation of reports, studies, project planning, design criteria, preparation of drawings and specifications, cost estimates, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. The work primarily consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training f acilities, equipment maintenance facilities, labs, etc.) as well as some smaller horizontal construction projects (airfields, roads, ranges, etc.). The firm may be required to provide construction phase and other services that may include preparation of op eration and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All design CADD files must be delivered in the (*dgn) format. All design must comply with the Savannah District Design Manual and the Ft. Bragg Installa tion Design Guide. ***** 3. SELECTION CRITERIA: See Note 24 for general selection criteria. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Tech nical Competence, Geographic Proximity, and Knowledge of Locality are weighted equally and each factor individually is more important than Past Performance, Work Management and Key Personnel and significantly more important than the other individual factor s. Past Performance, Work Management, and Key Personnel are weighted equally and each factor individually is more important than Small Business Participation and Volume of DoD Contract Awards. Small Business Participation and Volume of DoD Contract Awards are weighted equally and will only be used as *tie-breakers* among firms that are essentially technically equal. ** Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisf actory based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firms determined to be most highly qualified. *** Info rmation on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associa ted with that team not being co-located and the geographical proximity to the supported projects. *** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The firm must demonstrate through specific data supplied in Blocks 7, 8, and 10 of the SF 255 specialized experience and technical competence in (in descending order of importance within this category): ** Design of new facilities or utility systems of various types, sizes, and complexities; ** Design of projects on Army installations; ** Sustain able design utilizing the SPiRiT or LEED rating tools; ** Rehabilitation of existing facilities or utility systems, also, of various types, sizes, and complexities; ** Application of Anti-Terrorist/Force Protection criteria; ** Cost engineering; ** Construction phase services including shop drawing review and preparation of O&M manuals. Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and m ost recent firm and employee history of experience on similar projects. Interrelationships between Blocks 7, 8, and 10 of the SF 255 are encouraged. *** FACTOR 2 - GEOGRAPHIC PROXIMITY. Proximity of the firm to Ft. Bragg, NC. *** FACTOR 3 - KNOWLEDGE O F L OCALITY. Knowledge of locality as it pertains to design and construction methods of military projects at Ft. Bragg, NC. *** FACTOR 4 - PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with performanc e schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF255 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Gov ernment. *** FACTOR 5 - WORK MANAGEMENT. A proposed management plan shall be presented which shall include an organization chart to include only the personnel who will be assigned to the team for this contract. The offeror shall briefly address the managem ent approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF 255 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. *** FACTOR 6 - KEY PERSONNEL. Key personnel should be listed in Block 7 and should contain resumes with an indication of professional registration and office location. Key personnel presented in the SF 255 shall be the individuals who will routinely be involved in the actual production of work under this contract. All key personnel shall be shown on the organization chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: Architect, structural engineer, civil engineer, mechanical engineer, el ectrical engineer, fire protection engineer, geotechnical engineer, land surveyor, and certified industrial hygienist. Resumes shall be provided for other key personnel as follows: Project manager, interior designer, cost estimator, and landscape architect . Registration/certification for all is encouraged. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection, and one of the following: (a) a degree in Fire Protection En gineering from an accredited university, or (b) have passed the National Council of Examiners for Engin eering and Surveys fire protection engineering examination. One resume only shall be provided for each of the above key personnel. Other personnel should be shown on the organization chart by the total number available for utilization on task orders assign ed under this contract. Please disregard the *to be utilized* statement at Block 4 of SF 255. Rather, in Column 4 (B), IN-HOUSE PERSONNEL, only indicate the number of personnel located in the specific office submitting the SF 255. All others, including per sonnel from branch offices in other locations, are to be indicated as consultants in Column 4 (A). *** FACTOR 7 - SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as prime contractor, subcontractor, or joint venture partner . ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: (a) G oals for subcontracting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportu nities for these types of businesses. (b) The extent to which s mall disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror 's team. (c) The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. *** FACTOR 8 - VOLUME OF DOD CONTRACT AWARDS. Volume of DOD contract awards in the last 12 mont hs as described in Note 24. **** 4. SUBMISSION REQUIREMENTS . Responses on file from previous announcements will not be evaluated. ALL FIRMS desiring consideration MUST SUBMIT a NEW response. Firms shall submit one (1) hardcopy of SF 255 (11/92 edition) an d one (1) CD (Word or Adobe) copy of the SF 255 to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Sherry Turner), 100 West Oglethorpe Avenue, Savannah, GA 31401. Receipt of SF 255 is due no later than 4:00 PM on (Date). TH E SF 255 SHALL NOT EXCEED 50 PAGES, INCLUDING 10 PAGES FOR BLOCK 10, PRINTED ONE SIDE (OR 25 AND 5 PRINTED DOUBLE SIDED PAGES). FONT SIZE SHALL BE 10 OR LARGER. THE CD SHALL NOT EXCEED 6 MEGABYTES AND SHALL BE COMPOSED OF ONLY ONE FILE. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN BLOCK 3B OF THE SF 255. For ACASS information, call (503) 808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be consider ed. Firms selected will be required to submit a design Quality Assurance Plan concurrently with their fee proposal. In formation on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. PHONE CALLS ARE DISCOURAGED UNLESS ABSOLUTELY NECESSARY. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED. SOLICITATION PACKAGES ARE NOT PROVIDED AND NO ADDITI ONAL CONTRACT INFORMATION WILL BE GIVEN TO FIRMS DURING THE ANNOUNCEMENT PERIOD. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00519819-W 20040212/040210212459 (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.