Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2005 FBO #1494
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for General Architect Engineering Services, within NY District and North Atlantic Division Boundaries, primarily at West Point, NY.

Notice Date
12/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-06-R-0007
 
Response Due
1/27/2006
 
Archive Date
3/28/2006
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Two (2) A-E firms will be selected from this announcement. Two (2) indefinite delivery contracts will be negotiated and awarded. IDC M-900 is being procured in accordance with the Brooks A-E act as implemented in FAR Subp art 36.6. Architect-Engineering services using full & open competitive procedures. The number one (1) ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. IDC M-901 is being procured in a ccordance with EFARS 19.800(b), Architect-Engineering services obtained through the 8(a) Program using competitive procedures. The number one (1) ranked 8(a) qualified firm will be selected for negotiation based on demonstrated competence and qualificatio ns for the required work. The length of each contact is a maximum of 36-months and will not include option periods. The amount of each contract will not exceed $ 3,000,000 (EFARS 36.601-3-90(b)). The Governments obligation for this contract is to guarant ee a minimum amount of payment of $35,000 to the A-E firm. Task orders will be issued by negotiated firm-fixed-price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. Labor rates for each di scipline, overhead rates and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd and 3rd calendar years of the contract. Concentration of work will be at the U.S . Military Academy, West Point, NY but can include work anywhere throughout the New York District and the North Atlantic Division region. Work distribution between IDC M-900 and M-901: Task orders will be distributed according to the A/E experience and q ualifications. The specific contractor chosen for a Task order will be selected based on factors such as technical expertise, demonstrated performance, specific ability, Task order size and complexity, and contractor availability to complete the Task orde r in the time required. In addition we will review each contract at the end of each six (6) months and make adjustments to the distribution of workload if possible so that it is equitable. Above all, it is the intent of the New York District to not have a hollow contract. July 2006 is the approximate award date of both contracts. The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not of the location of the work). To be eligible for a 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: A/E services may include but are not limited to the following: Preparation of special reports, planning and design charettes, master planning, studies (to include value engineering studies), development of design criteria for desi gn-build contracts, and design of new construction and renovation projects for military work and other non-military government agencies. The firm may be required to provide construction phase and other services that may include preparation of operation an d maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. These contracts may include design work involving site investigation, explosive safety design, geotechnical reports, topographic surveys, wetland delineation and mitigation, preparation of contract drawings, technical specifications, design analyses and cost estimating using M-CACES. Construction phase services, including shop drawing review, design during construction, commissioning, site visits, etc., could be included as options on task orders. CADD and G IS deliverables may also be required. Deliverables in Micro station or AutoCAD format will be required. Preparation of CADD drawings shall be prepared in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-aided standard version (C ADD). The Contractor will be required to Report Contractor Manpower data at https://contractmanpower.army.pentagon.mil. Examples of potential repair or renovation projects include: whole building renovation, repair or replacement of architectural element s, building seismic upgrades; force protection upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems; asbestos and lead abatement services related to building renovation or demolition; renovation of historic structu res, Academic Facilities, etc. Examples of new buildings or structures includes: vehicle maintenance facilities, administrative facilities, industrial facilities, ranges, training facilities, pavements/hardstands, barracks/dorms, dining facilities, Academ ic Labs, Academic Facilities. Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the tim e of selection or award of a contract. 3. 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-h are secondary and will only be used as tiebreakers among t echnically equal firms. Primary Selection criteria: a. Specialized experience and technical competence in: (1) Demonstrate ability to design new buildings and structures, similar to the categories listed in paragraph 2 Project Information. Projects completed before Jan 1998 will not be considered. The basis for the evaluation will be based on the information i n Section F of the SF 330. (2) Demonstrate ability to design repair and renovation projects, similar to the categories listed in paragraph 2 Project Information. Projects completed before Jan 1998 will not be considered. The basis for the evaluation will be the information in Sect ion F of the SF 330. (3) Demonstrate ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control proce dures. The basis for the evaluation will be the information in Section H of the SF 330. (4) Demonstrate experience with Antiterrorism/Force Protection measures. The basis for the evaluation will be the information in Sections E, F and H of the SF 330. (5) Demonstrate ability to prepare cost estimates in the latest version of M-CACES. The firm shall demonstrate how cost estimating procedures is included in the development of the design and how market conditions are included in the construction cost esti mate. The basis for the evaluation will be the information in Sections E, F and H of the SF 330. (6) Demonstrate experience in sustainable design, using either the Sustainable Project Rating Tool (SPiRiT) or LEED Green Building Rating System. Projects will include both 100% construction bid documents and preparation of the design-build RFP. The basi s for the evaluation will be the information in Sections E & F of the SF 330. (7) Demonstrate experience in cold weather design. The basis for the evaluation will be the information in Sections E, F and H of the SF 330. (8) Demonstrate experience with N.Y. State Historical Preservation Office (SHPO). The basis for the evaluation will be the information in Sections E, F and H of the SF 330. b. Qualified personnel in the following key disciplines: (1) Project Manager (2) Architecture (3) Structural Engineering (4) Civil Engineering (5) Mechanical Engineering (6) Electrical Engineering (7) Fire Protection Engi neering (8) Force Protection Specialist (physical & electronic security) (9) Cost Engineering (10) Geotechnical Engineering (11) Certified Lead Abatement Inspector (12) Certified Asbestos Abatement Inspector (13) Certified Industrial Hygienist (14) Certified Interior Designer (15) Historical Architect (16) Land Surveyor. The evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the proje cts listed in Section F of the SF 330. Senior project personnel for each of the following key disciplines are required to be licensed/registered: Project Manager; Structural Engineering; Civil Engineering; Mechanical Engineering; Fire Protection Engineer ing; Electrical Engineering; Historical Architecture; Architect, Land Surveyor, Geotechnical Engineering. Requirements for Fire Protection Engineers: The fire protection engineer shall be a registered professional engineer, have a minimum of five years e xperience dedicated to fire protection engineering, and one of the following: (a) a Bachelor of Science or Master of Science degree in Fire Protection Engineering from an accredited university program, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. c. Past Performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and ACASS. Letters of recommendation from customers addressing your firms cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Knowledge of local conditions within New York and New Jersey, specifically regarding climatic conditions and cold weather design, (key disciplines: architect, mechanical, civil); local construction methods (key disciplines: architect, structural, geotec hnical, civil); and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. The more New York and New Jersey projects listed, the higher the rating. e. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: architect; mechanical; electrical; civil; structural.?T he evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. Secondary Selection criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic Proximity to NY District boundaries. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZON E small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform thes e services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 .The forms can be downloaded into a PDF file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330. Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. The total number of pages for part I of the entire SF 330 is limited to 90 pages. Section E is limited to 40 pages. Each page shall be numbered. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the New York District USACE website: http://www.nan.usace.army.mil. Click Business Opportunities then Advertised Solicitations. Submit three (3) completed SF330s to: Attn: Ms. Maureen Smith, CENAN-EN-M. Rm. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 4:00 pm on 27 January 2006. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the SF330 will not be acc epted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00958746-W 20051229/051227211848 (fbodaily.com)
 
Source
FedBizOpps 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.