Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2004 FBO #1075
SOURCES SOUGHT

C -- Indefinite Delivery Contract for Construction Management Services for Military Installations throught the Savannah District

Notice Date
11/3/2004
 
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-05-R-0010
 
Response Due
12/3/2004
 
Archive Date
2/1/2005
 
Small Business Set-Aside
N/A
 
Description
Technical Questions: Alan Barrow at 912-652-5244 or alan.d.barrow@sas02.usace.army.mil ** Questions concerning SF 330 information, debriefings: Lucie Hughes at 912-652-5645 or lucie.m.hughes@sas02.usace.army.mil ** Contractual Questions: Nina Jodell at 912-652-5465 or nina.g.jodell@sas02.usace.army.mil ** Questions concerning subcontracting plan: Leila Hollis at 912-652-5340 or leila.hollis@sas02.usace.army.mil *** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers require s the services of an Architect-Engineer (A-E) firm for an Indefinite Delivery Contract (IDC) for Construction Management Services. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be sel ected for negotiation based on demonstrated competence for the required work. The services will consist of construction management activities for construction projects at military installations throughout the Savannah District. One contract will be negot iated and awarded with a base year and two option years. The amount of each contract will not exceed $3,000,000. Work will issued by negotiated, firm-fixed-price or labor-hour task orders. Optional items may be negotiated on individual task orders. The c ontract is anticipated to be awarded by February of 2005. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple ta sk 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 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 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 41.3% TO SMALL BUSINESS; 15.8% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 5.6% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 7.5% TO HUBZONE SMALL BUSIN ESS (A COMPOSITE OF SMALL BUSINESS); 0% TO VETERAN OWNED SMALL BUSINESS; 1.0% TO SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS AND VETERAN-OWNED SMALL BUSINESS); 13.9% TO HISTORICAL BLACK COLLEGES & UNIVERSITIES. 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. Written justification must be provided if the minimum small business goals cannot be met. The small b usiness 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 Le ila 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.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. *** 2. PROJECT INFORMATION: Construction management services are required to support construction management activities for construction contracts at military installations throughout the Savannah District. These installations include Ft. Bragg, Ft. Gor don, Ft. Jackson, Ft. Stewart, Ft. Benning, Ft. McPherson, Moody AFB, Hunter AAF, Seymour Johnson AFB, Robins AFB, and Sunny Point Military Ocean Terminal. Required services are a broad range of engineering and construction activities including (but not l imited to) assistance and guidance to field offices, construction QA inspection and reporting, review of contract documents and shop drawings, review of NAS schedules and QC plans, and investigation and reporting of construction contractor claims. The firm selected will be required to provide personnel (either existing local staff or hire locally) to perform required services. *** 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. 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 greate r 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 solicitatio n, Specialized Experience and Technical Competence, and Construction Management Placement Plan/Capacity are weighted equally and each factor individually is more important than Professional Qualifications, Past Performance, Knowledge of Locality, and Geogr aphic Proximity and significantly more important than the other individual factors. Professional Qualifications, Past Performance, Knowledge of Locality, and Geographic Proximity are weighted equally and each factor individually is more important than Sma ll 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 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 qualified. ** FACTOR A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Specialized experience and technical competence in hiring, managing, and superv ising personnel for: (1) construction quality assurance inspections and reporting, (2) review of construction contract documents, (3) review of contractor submittals including shop drawings, (4) review of contractor's initial NAS schedule, (5) assist in tr aining Government personnel for analysis/evaluation of schedule updates, (6) review of contractor's quality control and accident prevention plans, (7) perform investigation and evaluation and prepare report of findings for construction contractor claims in cluding detailed analysis of contractor schedule, for claims including time extensions. ** FACTOR B. CONSTRUCTION MANAGEMENT PLACEMENT PLAN/CAPACITY: Experience providing required personnel based on an evaluation of the firm's Construction Management Pla cement Plan (CPPP). The CPPP shall be presented in Section H and should include an organization chart of existing personnel and their locations. It should address management approach and specific procedures for hiring and providing highly qualified local personnel within the geographic proximity of the Savannah District military facility locations. These include Savannah, GA; Atlanta, GA; Augusta, GA; Warner Robins, GA; Valdosta, GA; Columbia, SC; Fayetteville, NC; Southport, NC; and Goldsboro, NC. The plan shall address the firms capacity to provide staff to accomplish multiple simultaneous task orders to include approximately $1,000,000 of work of the required type in a one year period. The evaluation will consider the experience of the firm and cons ultants in similar contracts, and the availability of an adequate number of personnel in key disciplines. Key disciplines in descending order of importance are civil, mechanical, electrical, structural, claims, cost, scheduling, environmental, and architec ture. ** FACTOR C. PROFESSIONAL QUALIFICATIONS: Professional qualifications of management personnel to be assigned to this contract. ** FACTOR D. PAST PERFORMANCE: Past performance on DoD and other contracts for construction management services with respect to quality of work, timeliness of response in providing local personnel, compliance with performance schedules and costs. Indication of favorable performance ra tings, performance awards, and repeat clientele in Section H of the SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. ** FACTOR E. KNOWLEDGE OF LOCALITY: Kno wledge of localities listed above as it pertains to the knowledge and experience of local and regional codes, climatic conditions, construction industry methods, acceptable workmanship standards, and costs of construction material, labor, and equipment. ** FACTOR F. GEOGRAPHIC PROXIMITY: Proximity of main or branch offices to locations listed above. ** FACTOR G. SMALL BUSINESS PARTICIPATION: Degree of participation of all types of small business as prime contractor, subcontractor, or joint venture partn er. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide in Section H of the SF 330 a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the n arrative shall 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 particip ation 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 H: VOLUME OF WORK: Volume of DoD contract awards in the last 12 months. *** 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 7:00 am EST on December 3, 2004. NO HARDCOPY OR FA CSIMILE SUBMISSIONS 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. The entire submission of t he SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 the small business status of the each proposed team members. Also, indicate in Section C.11 if the prime has worked with the team members in the past fiv e years. In Section G. 26, include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at https://sasweb.sas.usace.army.mil/ae%20selection% 20process/. Firms should be registered in advance of the closing date for submission of the SF 330 as the process may take 3-5 days. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. For ACA SS 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 Quality 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 t heir SF 330. Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. ****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
 
Record
SN00703314-W 20041105/041103212123 (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.