Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2004 FBO #0912
SOLICITATION NOTICE

C -- A-E Indefinite Delivery Contract for HQ ACC Campus Modernization, Langley Air Force, VA

Notice Date
5/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-04-R-0028
 
Response Due
6/25/2004
 
Archive Date
8/24/2004
 
Point of Contact
Debora Gray, (757) 441-7551
 
E-Mail Address
Email your questions to US Army Engineer District, Norfolk
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: A-E design services are expected to be required for a variety of projects including renovation, new construction, customer concept documents and development of construction programming documents (DD Forms 1391) at Langley Air Fo rce Base, Virginia. One or more Indefinite Delivery Contracts (IDC) will be negotiated and awarded for a period of up to three years. The cumulative value of all task orders for the three-year period will not exceed $ 3,000,000. 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 on that part of the work it intends to subcontract. The subcontracting plan is not required with this submission. The subcontracting goals for the Norfolk District, which will be considered by the contracting officer, are that a minimum of 58% of a contractor??????s intended subcontract amount be placed with small business (SB), in cluding 9% for small disadvantaged businesses (SDB), 9% for women owned small businesses, 3% for veteran owned small business, 3% for service disabled veteran owned small businesses and 3% for HUBZone. The wages and benefits of service employees (see FAR 22.10) performing under these contracts 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). Prospective contrac tors must be registered in the DoD Contractor Registration (CCR) database to be considered for award of a Federal contract. Information on registration and annual confirmation requirements may be obtained by contacting the DoD Electronic Commerce Informat ion Center at 1-800-352-9333, or via the Internet at http://www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. PROJECT INFORMATION: A-E services may include the preparation of Customer Concept Documents (CCD), development of design criteria, and design of new construction and renovation projects as needed for Military work assigned to the Norfolk District and withi n the North Atlantic Division. These contracts may include planning and design work involving site & utility, geotechnical investigations and reports; topographic surveys; preparation of programming documents, contract drawings, technical specifications, d esign analyses and cost estimating. Construction phase services, including shop drawing review, design during construction, site visits, construction phasing & scheduling, etc., could be included as options on task orders. Examples of new buildings or stru ctures include: administrative facilities, training facilities, and visiting officer quarters, etc.; Examples of potential renovation projects include: repair or replacement of roofing, siding, windows, doors or other miscellaneous architectural elements, etc., repair or upgrade of structural problems, including the analysis of existing structures; force protection upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems; asbestos and lead abatement services related to building renovation; interior designs; renovation of historic structures; repair or replacement of utility systems. The design will be prepared in the English system of measurement due to the extensive alterations to the existing facilities. The A-E shall be responsible for design and drawing preparation using computer-aided design and drafting (CADD) software and delivering the three-dimensional drawings in AutoDesk AutoCAD CADD software. All drawings produced for this contract shall be in compliance with the A/E/C CADD Standards as issued by the CADD/GIS Technology Center (http://tsc.wes.army.mil/products/standards/AEC/intro.asp). The Government will only accept the final design products, without conversion or reformatting, in the AutoDesk AutoCAD 2002 f ormat (.dwg), usable on the target platform specified herein. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format electronic digital format for solicitation purposes. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML ) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (.pdf) for solicitation purposes. All disciplines shall formulate and submit the final design an alysis product, including all revisions during the design process, at the completion of the design process. Design analysis format shall be Adobe Acrobat Portable Data Format (.pdf). Project will be in accordance with: DoD Antiterrorism/Force Protection requirements (UFC 4-010-01 and UFC 4-010-10). SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria ??????a-e?????? are primary. Criteria ??????f?????? through ??????h?????? are secondary and will only be used as a ??????tie-breaker?????? among firms that are essentially technically equal. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the firm, its designers and consultants: (1) Demonstrated experience by the prime firm and its consultants in design (renovation and new construction) of military facilities. (2) Demonstrated proficie ncy in the use of automated design and estimating systems described in Block 4g, including M-CACES, CADD, SPECSINTACT, and DrChecks. b. PROFESSIONAL QUALIFICATIONS: (1) The design team must possess registered professionals in the STRUCTURAL, ARCHITECTURE, MECHANICAL, ELECTRICAL, CIVIL, and LANDSCAPE ARCHITECTURE disciplines. (2) Qualified Fire Protection Engineer, The fire protection engineer shall be a currently licensed/registered professional fire protection engineer having a minimum of 5 years experience dedicated to fire protection engineering. (3) A qualified INTERIOR DESIGNER shall be part of the design team. Qualified means a degree in Architecture or Interior Design with demonstrated experience in space planning, color and finish selection and furnishing selection and specification. (4) Submit a Project Management Plan including team organization and proposed method of carryin g out the work to meet specific project requirements and schedules. c. PAST PERFORMANCE ON DOD AND OTHER CONTRACTS: (1) ACASS evaluations (superior performance evaluations on recently completed projects are advantageous); (2) Letters of evaluation/recognition by other clients; (3) Cost control and estimating performanc e as a percentage deviation between the final estimate and low bid on similar TYPE and SIZE projects; (4) On-time delivery of designs for DOD and similar projects. (5) Scheduled/ actual construction time, incorporating phasing compared to projection on si milar type and size projects. d. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must demonstrate the ability of their design team by: providing examples of q uality work, present examples of management tools that validate competence with budgetary and scheduling constraints, and presenting a recent history of compliance with performance schedules. The 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. e. KNOWLEDGE OF THE LOCALITY: Project location is Langley Air Force Base, VA. Study/design team shall be knowledgeable of local geologic features, climatic conditions, architectural context, an d local laws, regulations, construction methods, and standards. f. GEOGRAPHIC PROXIMITY: Location of the firm in the general geographic area of the Norfolk District, COE is desired, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of this project. g. SB and SDB PARTICIPATION: Extent of participation of small businesses including small disadvantaged businesses, women-owned, HUBZone, veteran and service disabled veteran small businesses, historically black colleges and universities, and minority ins titutions in the proposed contract team, measured as a percentage of the total estimated effort. h. VOLUME OF DOD CONTRACT AWARDS in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) par ticipation and firms that have not had prior DoD contracts, which will only be considered when used as a ??????tie-breaker??????. Considerations may include: (1) ACASS retrievals; (2) Current workload as listed in Block 9 of the SF 255; and, (3) Equi table distribution of work among A-E firms, as stated above. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 25 5 (11/92 edition) for the design team and single copies of current SF 254 (11/92) for the prime firm and all consultants, to the above address. Firms responding to this announcement by 4:00pm Eastern Standard Time on June 25, 2004 will be considered. Submi ttals by facsimile transmission will not be accepted and will be considered nonresponsive. The revised 11/92 edition of the SF255 (NSN 7450-01-152-8074)& SF254 (NSN 7540-01-152-8073) is required. Forms may be obtained through GPO at {202) 512-1800 or via the web site at http://www.gsa.gov/forms/zero. ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm i neligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the web site at http://ccr2000.com. The SF 255 must also include the following: a. Block 3: prime firm's ACA SS # and distance (in terms of POV driving miles) from address of office to perform the work and the Norfolk District. For ACASS information, call 503-808-4591; b. Block 3a. include your Data Universal Numbering System (DUNS) number and Commercial and Gove rnment Entity (CAGE) Code. c. Firms with more than one office -(1) Block 4: this block should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of person nel in the firm; (2) Block 7c: each key person's office location; d. Block 7f: registrations must include the year, discipline and state in which registered; e. Block 8b: Include a descriptive project synopsis of major items of work; f. Block 9. Indicate f ee in terms of thousands of dollars, not percentage of work completed. g. Block 10. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. THIS IS NOT A REQU EST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN00591418-W 20040526/040524212342 (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.