SOLICITATION NOTICE
C -- Indefinite Delivery Architect Engineer Contract for Multidiscipline Design and Related Services for Drug Enforcement Administration (DEA) Laboratories within the Southwestern Division, the United States, and its Trust Territories
- Notice Date
- 11/26/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-08-R-0125
- Response Due
- 12/28/2007
- Archive Date
- 2/26/2008
- Point of Contact
- June Wohlbach, 817/886-1069
- E-Mail Address
-
Email your questions to US Army Engineer District, Fort Worth
(june.wohlbach@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: a. General: This announcement is open to all businesses regardless of size. Selection shall be in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corres ponds to SIC Code 8711. The initial contract is anticipated to be awarded on or about March 2008. A single ID/IQ contract may be awarded from this announcement for a total cumulative amount not to exceed $6,000,000 for a term not to exceed five years. In t he event this contract is used to develop design-build supporting documents for use in a two-phase design-build selection (FAR 36.302), the prime A-E and sub-consultants shall be prohibited from teaming with design-build firms to compete in the final desig n- build construction solicitation in accordance with FAR 9.505-2. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all services, materials, supplies and supervis ion required to fully complete each task order. The individuals on the proposed team of the selected A-E firm must successfully pass a security background investigation. The A-E shall be able to provide: a) A-E services to the Corps of Engineers (USACE) an d the DEA; b) development of full design packages and design-build packages for chemical analytical laboratory facilities and ensure proper integration of full designs and design-build into the overall DEA Program; c) manpower to assist the Government with program, project and construction management duties; d) design support and consultant services in various combinations o f architectural, structural, civil, mechanical and electrical, plumbing and fire protection disciplines; e) laboratory construction ma nagement services; and f) cost estimating, cost control, scheduling, and laboratory construction simulation services (risk scenarios, change order analysis, alternative methods). The A-E should expect to become a significant part of the governments DEA La boratory Replacement Program delivery team. d. Place of Performance: The A-E staff directly supporting the USACE Program Manager, the Project Managers through project integration and laboratory construction management duties shall be able to travel to the project locations in one (1) day. The physical location of the design team and those team members not directly supporting the on-site work can be located per the A-Es preference. e. Contract Award Procedure: If a large business firm is selected for this a nnouncement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that par t of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiatio n of this acquisition are: (1) at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB); (2) at least 8.8% of a contractors intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at le ast 7.3% of a contractors intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 1.5% of a contractors intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 3.1% of a contractors intended subc ontract amount be placed with HUBZone SB. The plan is not required as part of this submittal, but will be required with the fee proposal of the firm (if a large business) selected for negotiations. Before a small disadvantaged business is proposed as a pot ential subcontractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. Fai lure of a proposed small disadvantaged business to be certified by the U.S. Small Business Administration at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. No state certifications shall be accepted. The Servi ce Contract Act will apply to this acquisition. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: As projects are received for execution, award o f task orders under this contract will be considered if A-E services are required. Anticipated services will be primarily for the following: progr am integration; program, project, and laboratory construction management services; and design and consultant services to t he DEA for laboratory construction and/or laboratory rehabilitation. It is anticipated that a portion of this work will primarily be for laboratory construction and/or laboratory rehabilitation in San Francisco, CA; San Diego, CA; Miami, FL; Chicago, IL; New York, NY; Nashville Area, TN; Dallas, TX; Dulles, VA; Lorton, VA; and Largo, MD with other areas to be determined. Program integra tion services include, but are not limited to the following: survey, assessment, study, site/project integration, cost estimating, scheduling (including developing critical paths for projects and the integrated program), verification and control, and labor atory construction simulating modeling, review of design submittals, technical experts, reporting, and program document management. The A-E shall also provide manpower to assist the Government with program, project and laboratory construction management du ties as well as design support and consultant services in various combinations of architectural, structural, civil, mechanical and electrical, plumbing and fire protection disciplines. Laboratory construction management services includes, but is not limite d to, surveillance and inspection during the progress of construction, review material submittals, as-built drawings, manuals, operating instructions, and other such materials required by the construction contract; constructability reviews of design drawin gs and specifications. The A-E shall also review existing DEA design and construction documents for regulatory compliance, develop full design packages and design -build packages laboratories and ensure proper development and integration of the full design s and the design-builds with the DEA Laboratory Replacement Program, and programming and master planning documents. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. Architectural-Engineering (A-E) s ervices are required to perform studies, investigations, surveys, master planning, area development planning, infrastructure engineering, project controls, project development, design, integration, laboratory construction management and development of cons truction documents in support of the DEA Laboratory Replacement Program. Typical work may include, but is not limited to: research, analysis, development, design for laboratory construction, alteration and repair of real property, program and project mana gement, professional services, pre-design site-assessments, feasibility and concept studies, space planning and programming, design and design concepts/standard s, sustainable design solutions, life cycle costing, post design shop drawing review. Addition al services include but are not limited to: investigations surveys and mapping, test and evaluation modeling and simulation studies and analysis (including data collection and verification), consultation, quality control and quality assurance, construction cost estimates, economic analysis of local and regional construction market conditions as related to cost and availability of labor, materials and equipment, m obilization plans, construction staging, construction inspection, preparation of record drawings, soils engineering, drawing review, preparation of operational maintenance manuals, environmental studies and documentation, design review, seismic analysis, d esign construction cost reconciliation, environmental testing, statement of work review, site survey and evaluation, remediation design and EPA compliance for asbestos, lead and radon, integrating anti-terrorism and force protection measures into designs, designing security and communications systems, and design of fire protection and life safety systems and other technical services related to project requirements as specified in individual contract task orders. Other studies and related services: The A-E m ay be required to undertake any reviews, studies or investigations. Other services include planning services, site selection, topographic and boundary surveys, relocation services, environmental document processing, testing services, professional expert a t hearings, and photographs. Design consideration also include architectural hardware, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans and section 404 permit considerations. Coordin ation will be maintained with local, state, and Federal agencies and with the utility providers, including utility tie in points, easements and rights-of-way. Coordination will also be maintained with the Corps of Engineers, utility providers, community fa cilities, and other design-bid-build contractors on site. The A-E may be required to provide professional services at the laboratory construction program office in support of the DEA staff. The A-E shall participate in design and construction activities wh ich may include value engineering services, contractor submittal reviews, quality assurance, numerous meetings, workshops, and charrettes. The A-E may compose and lead project and public briefings, presentations, and meetings. Project deliverables may incl ude studies topographic surveys, environmental surveys (wetlands/waters of the U.S., asbestos, lead based paint, soils, etc,.), soil borings/samples for testing, boring logs, CADD produced plans, specifications prepared utilizing Specsintact (government fu rnished software), and supplement with proprietary cost estimating and construction simulation software package, design analysis, presentations, schedules, integration and phasing plans. All deliverables are required in hard copy and as electronic files on electronic media. 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 thru e are primary. Criteria g thru h are secondary and will only be used as tie-breakers among technically equal firms. a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330: (1) Firms must d emonstrate recent experience (within the past 5 years) and significant experience in the program integration of multiple concurrent and actual laboratory design and construction projects paying particular attention to area architecture and conditions, util ity systems, design, service/command unique requirements, and environmental issues. Rehabilitation and review of projects will not necessarily be considered as experience in new design. (2) Firms must demonstrate recent experience in design of specialty la b facilities as described. Experience must include knowledge of local design requirements for each of the locations listed and familiarity with required building codes such as the Uniform Building Code. Experience must include familiarity with design f or areas handling hazardous or flammable materials complying with OSHA, NFPA and other applicable regulations, including design experience for lab gas supply an d distribution systems, chemical storage, handling and removal, and chemical waste retention and removal. (3) Firms must demonstrate specialized experience in Project and Construction Management including complex scheduling, phasing, construction oversight and coordination. (4) Firms must also demonstrate recent design experience and working knowledge of all applicable Federal Regulations and/or National Codes for laboratory design and construction. (5)Firms must demonstrate experience in information and co mmunication management and the utilization of current software for data collection, data management, security measures, data analysis, data presentation and decision making (i.e. GIS, webpage, electronic databases, project management software, change contr ol systems, filing systems, and systems that allow access to technical documentation). (6) Firms must demonstrate experience in project controls (throughout programming, design and construction over-site cycle of the program using construction software sim ulation systems that provides detailed construction cost estimates fully integrated with labor-driven schedules), simulation and scheduling of a complex, multiphase program (7) Firms must demonstrate site design, and construction integration experience on multi-use land development. (8) Firms must demonstrate experience in coordinating with multiple teams, customers, agencies, and contractors. Firms must demonstrate ability to work with GSA and GSA real property acquisitions. (9) Firms must demonstrate expe rience in programming and master planning (10) Firms must demonstrate the ability to prepare specifications using the Government furnished program, Specsintact. (11) Firms must demonstrate the ability to prepare full design packages and design build RFP pa ckages. (12) Firms must demonstrate the ability to submit drawings in AutoCAD and MicroStation utilizing current versions. (b) PROFESSIONAL CAPABILITIES: (1) It is anticipated that expertise will be required in the disciplines of Architecture, Civil, Elect rical, Mechanical and Structural Engineering, Security Systems Design, Fire Protection Design, Plumbing, Acoustical/Noise Abatement Design Life Safety Design including OSHA requirements, Interior Design, Cost Estimating and Construction Management. (2) This contract will require for the A-E (either in-house or through consultant) as a minimum, the following: One Project Manager, one Construction Manager, one Scheduling Manager, one Cost Estimator, three Registered Architects, one Architectural Hardware S pecialist, three Registered Electrical Engineers, one Security Systems Designer, three Registered Mechanical Engineers, one Plumbing Engineer, one Registered Civil Engineer, one Registered Structural Engineer, one Qualified Fire Protection Engineer (A qual ified fire protection engineer is defined as an individual meeting one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program , plus a minimum of 5 years work experience in fire protection engineering; 2) a registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering an d Surveys (NCEES); or 3) A registered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), one Life Safety Specialist, one environmental survey per son (asbestos, lead based paint, soil, etc.), one environmental design person (asbestos, lead based paint, soil, etc.), and one Value Engineer. None of the required personnel can be dual disciplined, i.e. a separate employee must be on the Design Team exce pt as noted for each stated requirement above to meet the personnel required. Ensure that resumes are provided for each of the required Architects, Engineers, a nd other personnel specifically listed. Key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall, prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the submitted personnel must be equal to or better than those whose resumes were submitted. (c) PAST PERFORMANCE: Firms must demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. Evaluation will be based on established ACASS ratings and other credible documentation included in the SF 330. (d) CAPACITY: Firms must demonstrate adequate team capacity to coordinate, design and manage multiple task orders concurrently meeting all program milestones. (e) Firms must demonstrate experience in evaluating con tractors submittals and performing const ruction surveillance. The following, items (f) through (g), are secondary criteria: (f) SUBCONTRACTING: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI i n the proposed contract team, measured a s a percentage of the estimated effort. (g) VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms must show their last 12 month s DOD contract awards stated in dollars (see details in a subsequent paragr aph). 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: Ms. June Wohlbach, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms having the capabilities to perform thi s work must submit one copy of SF 330 (6/2004 Edition), as indicated below to the above address not later than 3:00 p.m. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 3:0 0 p.m. of the next business day. Regulation requires that the Government not consider any submittals received after this time and date. Late proposal rules found in FAR ? 15.208 will be followed for submittals received late. Submission by telephonic fa csimile and electronic mail will not be accepted. (b) Responding firms must submit a copy of a current (signed within the past 3 years) and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. All SF 330, Part IIs must be signed and dated either by an original handwritten signature or a cut & pasted facsimile of an original signature. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Indicate in Block 3b of each SF 330, Part II if the firm is a Large, Small and Disadvantaged or HUB Zoned, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a f irms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I for the design team, completed in accordance with the SF 330 instructions. It must contain information in sufficien t detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. The lead firm on the team is the prime contractor. If the prime has more than one office, every one of its offices listed in Section C would b e considered both a prime and a branch office. If the submittal is by a joint-venture, then the various key offices of the joint-venture listed would be considered both J-V partner and a branch office. If a subcontractor has more than one office, every one of its offices listed in Sect ion C would be considered both subcontractor and a branch office. The A-E shall not include company literature with the SF 330. (d) In Block No. 2a of the SF 330, Part II, provide the Dun and Bradstreet Number (DUNS) for the prime A-E or Joint Venture. The DUNS number must be for the firm performing the work; i.e., not the parent company DUNS number if the firm has branches, but a DUNS number specifically for the office, prime or branch performing the work. Each branch office, joint venture and/or subcontractor must have their own DUNS number. For assignment of DUNS numbers, contact the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at http:// www.dnb.com. The DUNS procedures replace the previous ACASS system/procedures. e) In Block C of the SF 330, Part I, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block E of the o n-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. In Block G-26, along with the name, include the firm/location the person is assoc iated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also, include a Team Project Orga nizational Chart indicating how each proposed firm integrates into the composite team. (f) A maximum of 10 projects primarily laboratories relevant to this solicitation - including the prime and consultants will be reviewed in Part I, Block F. Use no mor e than one page per project. (g) In Block H of the SF 330, Part I, provide a narrative to address each of the requirements, to include a draft Design Quality Control (DQC) Plan. It shall include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. DOD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indef inite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing team capabilities, clarify planned capability, existing capability, and prior experien ces if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Do not exceed twenty (20) pages for Block H. (h) Submittals shall be pre pared using Standard English and must be written in a concise, yet clear and informative style. Submittals shall use a minimum 10 point Arial style font. (i) Front and back side use of a single page will count as 2 pages. Pages in excess of the maximum wil l be discarded and not used in evaluation of the selection criteria. Maximum page size shall be 8.5x11. (j) Personal visits to discuss this announcement will not be scheduled. (k) Solicitation packages are not provided for A-E contracts and no additional p roject information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Ms. June Wohlbach (817) 886-1069, Technical - Mr. Jerry Gannon, (817) 886-1757. E-mail your questions t o US Army Engineer District, Fort Worth at: june.wohlbach@usace.army.mil . This is not a request for proposal.
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN01457998-W 20071128/071126223600 (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 |