SOURCES SOUGHT
C -- Combined Arms Collective Training Facility, Fort Benning, GA
- Notice Date
- 8/6/2004
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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-0086
- Response Due
- 9/7/2004
- Archive Date
- 11/6/2004
- 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
- Address SF 330 Questions to: Lucie M. Hughes at 912-652-5645 or email: lucie.m.hughes@sas02.usace.army.mil; Technical Questions to: Tim Corley at 912-652-5420 or email: timothy.f.corley@sas02.usace.army.mil. Questions concerning subcontracting plan : Leila Hollis at 912-652-5340 or email: Leila.hollis@sas02.usace.army.mil; and Contractual Questions to: Nina G. Jodell at 912-652-5465 or email: nina.g.jodell@sas02.usace.army.mil *** Please read Item 4. SUBMISSION REQUIREMENTS FOR mailing instructions. **** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of an Architect-Engineer firm. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiations based on demonstrated competence for the required work. Services include site investigation, planning, programming, survey and geotechnical report, engineering studies, interior design, schematic design, charrette, concept design , preliminary design, final design, parametric and construction cost estimating, construction phasing, and other engineering services and construction phase services for the subject project. Construction phase services may include preparation of operation and maintenance manuals, shop drawing and construction submittal reviews, site visits, and technical assistance. Services may include commissioning design and support, design of tenant improvements and support services, startup services, and assistance. It is anticipated that this will be a firm fixed price contract for preparation for Design documents. The contract is anticipated to be awarded in Oct 2004. ** This announcement is open to all firms regardless of size. Small businesses are encouraged to team with other businesses. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, 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. The following subcontracting goals will be considered in the negotiation of this contract: OF THE SUBCONTRACTED W ORK, 57.2% TO SMALL BUSINESS; 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 10% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3.0% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3.0% TO SERVICE-DISABLED VETERAN-OW NED SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS ** While the Savannah District does not have a specific target for subcontracting with Veteran-owned Small Businesses, this must be addressed in any subcontracting plan. Written justification must be provid ed 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 Leila Hollis at (912)652-5340. 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.cc r.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. **** 2. PROJECT INFORMATION: Design modified Combined Arms Collective Training Facility (CACTF) consisting of structures and mock utilities to simulate an urban settin g. Primary Facilities are located within the perimeter of the range complex and include structures simulating an urban setting (Church/cemetery, Police station /jail, hotel, residences, businesses, townhouse, bank, warehouses, municipal building, , office , vehicle service station), large range operations center, latrine, large after action review facility, service access roads, site improvements and associated r ange power and data transfer cabling. Supporting facilities include electric service, and information systems. HVAC systems as well as Demolition will be included in the design. Construction cost estimates will be prepared using the Corps of Engineers' Computer Aided Cost Estimating System (M-CACES) (software provided by Government). Anti-Terrorism/Force Protection (AT/FP) measures will be considered and may include reinforced walls, window protection, stand-off berms, bollards, security fencing, gates, and lighting; and reconfiguration of truck and vehicle access to the facility. Access for the handicapped maybe required. Comprehensive interior design services may be required. Specifications will be produced in SPECSINTACT using Uniform Guide Specificati ons. Design review comments and their responses will be performed on Corps of Engineers Review Management System ProjNet/Dr-Checks. The estimated construction cost is 21 million dollars. The project will include Sustainable Project Rating Tool (SPiRiT). S PiRiT is a modified version of the U.S. Green Building Council LEED Green Building Rating System. ** Cost estimates must be prepared using MCACES software. All design files must be delivered in the (*.dgn) format, Microstation v8. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. **** 3. SELECTION CRITERIA: Factors listed below wi ll 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 t han two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Technical Competence and Key Personnel are weighted equally and each factor individually is more important than Work Mana gement and Past Performance and significantly more important than the other individual factors. Work Management and Past Performance are weighted equally and each factor individually is more important than the other factors. Small Business Utilization and Volume of Work 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 outsta nding to unsatisfactory 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 qu alified. *** Information 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 th an 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 associated with that team not being co-located and the geographical proximity to the s upported projects. ***a. Specialized Experience. Specialized experience and technical competence of the firm and consultants in: (1) Design of similar training ranges, (2) Familiarity with Department of Defense anti-terrorism/force protection (AT/FP) des ign criteria and construction standards., (3) Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency, use of recovered materials; waste reduction; re duction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development o f healthy, safe and productive work environments, and employing the SPiRiT/LEED evaluation and certification methods. (4) Accuracy in construction cost estimating and preparation of estimates using MCACES software. 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 most recent firm and employee history of experience on similar project s. * ** b. Key Personnel. Key personnel shall be listed in Section E and should contain resumes with an indication of professional registration and office location. Registration shall indicate the specific discipline (electrical engineering, structural en gineering, architecture, etc.) All key personnel shall be shown on the organization chart. Key personnel whose resumes are presented in Section E of the SF 330 shall be the individuals who will routinely be involved in the actual production of work under this contract. Key personnel in disciplines that are required to be licensed, registered and/or certified included the following: project management (1), architecture (2), mechanical (2), plumbing (1), electrical (2), fire protection (1), structural (2), civil (2), environmental (1), cost estimating (1), industrial hygiene (1), interior design (1), and land surveyor (1). Resumes shall be provided for the above for only the number indicated in parentheses. One resume each shall be provided for other key p ersonnel in disciplines as follows: acoustical, lighting, security, information technology, and AT/FP. Registration for all is encouraged. The fire protection engineer shall be a registered professional engineer, have a minimum of 5 years experience dedic ated to fire protection engineering, and one of the following: (1) have a degree in Fire Protection Engineering from an accredited university, (2) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection examination , or (3) be registered in an engineering discipline related to fire protection engineering. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. Other personnel should be shown on the organization chart by the total number available for this contract. *** c. Past Performance. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules as determined from ACA SS and other sources. Indication of favorable performance ratings, awards, and repeat clientele in Section H of the SF 330 is recommended. *** d. Work Management. A proposed management plan shall be presented in Section H that briefly addresses management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indi cate 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. Address the firm's capacity to complete the concept design (35 percen t) by March 2005 and the final design by September 2005. 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. The evaluation for th is factor will also consider the organizational chart in Section D of the SF 330. The organizational chart shall include all key personnel in Section E and all other team members shall be indicated by the total number available for this contract. Show li nes of responsibility and communication between project team leaders and team members. ***e. Knowledge of Locality. Knowledge of the locality of the project in cluding geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits. f. Small Business Utilization. Degree of participation of all types small business as prime contractor, subcontractor, or joint v enture 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 shal l discuss: (a) Goals 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 opportunities for these types of businesses. (b) The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as par t of the Offerors team. (c) The Offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. g. Volume of Work. Volume of DoD contract awards in the last 12 months with th e object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms including small and small disadvantaged business firms, and firms that have not had prior Department of Defense c ontracts. **** 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 6:30 AM on 7 September 2004. NO HARDCOPY OR FACSIMILE SUBMI SSIONS WILL BE ACCEPTED. Any Submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Parts I and II of the SF 330 must not ex ceed 5 Megabytes and shall be submitted using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 10 pages for Section H. Font size shall be 10 or larger. Registration in the Savannah District electr onic A-E Selection System is required and instructions may be found at https://sasweb.sas.usace.army.mil/ae%20selection%20process/ . Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. For ACASS information, call (503) 808-4591. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Q uality Assurance Plan concurrently with their fee proposal. Information 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 33 0.. ****PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. ***
- Place of Performance
- Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Country: US
- Zip Code: 31402-0889
- Record
- SN00638854-W 20040808/040806212644 (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 |