SOURCES SOUGHT
C -- General A-E and Construction Management Services Throughout the Transatlantic Programs Center's (TAC's) Area of Responsibility (AOR)
- Notice Date
- 3/31/2008
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22602-5000
- Solicitation Number
- W912ER-08-R-0016
- Response Due
- 5/16/2008
- Archive Date
- 7/15/2008
- Point of Contact
- Vickianne Shepherd, 540-665-3680
- E-Mail Address
-
US Army Corps Of Engineers - Transatlantic Programs Center
(Vicki.F.Shepherd@tac01.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- General A-E Services for Facilities at Various Locations within Transatlantic Programs Center's (TAC's) Area of Responsibility (AOR) (Refer to http://www.tac.usace.army.mil/Contracting/ae-industryday.html for a description of TAC's AOR.) Multiple Ind efinite Delivery Contracts (IDCs) for General Architect-Engineer Services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for various types of facilities in the Transatlantic Programs Center's (TAC) Area of Responsibilit y. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. TAC's headquarters is located in Winchester, Virginia. TAC is responsible for execution of the U.S. Army Corps of Engineers' mission in Afr ica, the Middle East, the Arabian Gulf States, portions of Southwest Asia and any country where TAC is designated as the Program Manager. This announcement is open to all businesses regardless of size. Funds for the basic contract and task orders are not c urrently available. All firms responding to this solicitation must have access to personnel with security clearances when required for specific task orders. NOTE: All firms should be aware of the limitations of DFARS 236.602-70. This clause require s that A-E contracts funded by military construction appropriations that are estimated to exceed $500,000, and are to be performed in countries bordering the Arabian Gulf, can only be awarded to United States firms or to joint ventures of United States and host nation firms. TAC's AOR contains many countries that border on the Arabian Gulf such as Iraq, Kuwait, Qatar, Bahrain, United Arab Emirates (UAE), Oman and Yemen. In fact, the majority of the countries where TAC has a current presence and construction work border the Arabian Gulf. Consequently, while this acquisition is to be issued as full and open to allow for the greatest amount of competition among qualified A-E firms, it is noted that at least 50%, if not more, of the task orders to be awarded (an d, consequently, a majority of the total dollar value of task order awards) under the new A-E IDCs will be limited to U.S firms or joint ventures involving U.S. firms. 1. CONTRACT INFORMATION: A-E services are required for Designs, Specificati ons, Cost Engineering, Planning and Programming Reports, Engineering Studies, Geotechnical and Topographical Investigations, Construction Management Services Support, Environmental Engineering and miscellaneous related engineering support services for vari ous locations/installations within the TAC AOR. Only firms who are committed to working on-site and in-country, either as the prime firm or with subcontractors, in all regions and areas within TAC's AOR, including Iraq and Afghanistan, will be considered f or this solicitation. TAC is not interested in firms who will work in only partial regions or areas of its AOR. The North American Industrial Classification System (NAICS) code is 541330. The maximum capacity of all contracts to be awarded under the new A- E IDCs shall not exceed $240 million. The new A-E IDCs will include a base year and four optional years for potential total contract duration of five years. Projected contract award date is 30 September 2008 for the initial one-year period. It is the Gover nment's intent to make multiple contract awards under a single solicitation. Each contract will have a guaranteed minimum amount that will be negotiated with each of the selected firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for an acceptable subcontracting plan. The plan is not required to be included in the information submitted in response to this announcement. Work will be issued by task order, either cost-reimbursable, firm fixed-pr ice or labor-hour. However, it is TAC's intent to issue most task orders as firm fixed-price actions. The task orders are anticipated to be equally distributed among design, studies/investigation and construction management support services. However, this distribution may change depending upon the changing needs and contingency environment of TAC's AOR. The Contracting Officer will use a Fair Opportunity Process (see FAR 16.505) for selecting a firm with whom to negotiate each task order. This process involves giving each selected firm an opportunity to indicate an interest for a specific task order under consideration and, if they are interested, requires them t o respond to specific technical criteria that will be used to determine the selected firm. These criteria are task order specific, and may include such items as the firm's experience with the task order assignment in the region in which the work is located , the expertise and experience of the personnel proposed for the task, and the capability of the firm to handle additional work. The Government may also require a progress schedule to demonstrate a firm's approach to a given task order. Responses are typic ally required to be three pages or less. Generally, for each task order only the selected firm will be given the opportunity to submit a price proposal. 2. PROJECT INFORMATION: Primary facility designs may include, but are not be limited to, the f ollowing: A05 and A06 Airports including airport lighting and terminals and hangers; A09 Anti-Terrorism/Force Protection; B01 Barracks, Dormitories; D04 Design-Build-preparation of Requests for Proposals; D07 Dining Halls, Clubs, Restaurants; F01 Blast-Res istant Design; F03 Fire Protection; G01 Garages, Vehicle Maintenance Facilities; H07 Highways, Streets, Airfield Paving, Parking Lots; H09 Hospital and Medical Facilities; I01 Industrial Buildings, Manufacturing Plants; I06 Irrigation, Drainage; M08 Modula r Systems Design, Pre-fabricated Structures or Components; O01 Office Buildings; P12 Power Generation, Transmission Distribution; R05 Refrigeration Plants/Systems; R06 Rehabilitation (buildings, structures, facilities); S03 Seismic Design and Studies; S04 Sewage Collection, Treatment and Disposal; S05 Soils and Geologic Studies-Foundations; S07 Solid Wastes, Incineration, Landfill; S09 Structural Design; S11 Sustainable Design; S13 Storm Water Handling and Facilities; U03 Utilities; W01 Warehouses and Depot s; and W03 Water Supply, Treatment, and Distribution. Secondary facility designs may include but are also not limited to B02 Bridges; C11 Community Facilities; C13 Computer Facilities; I03 Industrial Waste Treatment; I05 Interior Design; L01 Laboratories, Medical Research Facilities; M07 Missile Facilities; P02 Petroleum and Fuel (storage and distribution); P08 Prisons; W02 Water Resources, Hydrology;. In addition to these design specific actions, the following experience categories (Profile Codes) are also part of this solicitation: C16 Construction Surveying; C18 Cost Estimating, Cost Engineering and Analysis, Parametric Costing; E03 Electrical Studies and Design; E09 Environmental Impact Studies; E12 Environmental Remediation; P06 Planning (site, installa tion, and project); and T04 Topographical Surveying and Mapping. Required construction management support services include Experience Category (Profile Codes) C15 Construction Management and T02 Testing and Inspection Services and may include quality assur ance support such as submittal review and inspection, testing of construction materials and methods, inspection of work in progress, quality assurance documentation and various ancillary functions associated with the management of large construction projec ts. Design services required may include preparation of plans, specifications, design analyses, and cost estimates associated with particular projects. The firm may be required to prepare record drawings from as-built annotations on contract drawings as re ceived from construction contractors, conduct engineering investigations of existing field conditions and/or problems and report findings and recommendations, a nd prepare engineering studies before and during construction. Preparation of 1391 documents may also be required. The firm may be used to provide engineering experts and consultants. It is anticipated that construction projects being supported by these se rvices will include major military construction, as well as infrastructure rehabilitation and reconstruction and environmental design actions. The firms must show experience and will be required to design using MicroStation Version 8 or higher and AutoCADD 2004 or higher and prepare construction cost estimates by computer utilizing Corps of Engineers Microcomputer Aided Cost Estimating System (MCACES) MII, Version 3.0, Build 3. CADD output must be in dwg format. 3. SELECTION CRITERIA: This acquisit ion is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submi t: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronicall y submit SF 330 Part II, General Qualifications, to https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other require ments listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. The selection criteria for this solicitation are listed below in descending order of importance. Criteria a through h are primary. Criteria i and j are secondary and will only be used as a 'tie-breaker' among firms that are essentially technically equal. Criteria a through h ar e: (a) The firm's current specialized experience and technical competence relative to the design services required under this announcement, i.e., knowledge of design of building envelopes, systems or facilities similar to those listed in paragraph 2 (Proje ct Information), above. Please note that firms must possess current experience and technical competence in the following Experience Categories in order to be considered for award: A05, A06, H07, S05 and T04. In addition, more emphasis shall be placed on a firm's specialized experience and technical competence that relates to the remaining primary facility designs noted above; (b) The evaluation will consider the qualifications, availability and length of services of the firm's key U.S. Licensed or Registere d Professional personnel in the following disciplines: project management (architect or engineer) (Function Code 48), quality control (15), architecture (06), civil engineering (12), cost engineering (17), electrical engineering (21), environmental enginee ring (23), fire protection engineer (25), foundation/geotechnical engineer (27), mechanical engineering (42), and structural engineering (57) in the design of facilities or systems similar to those listed in paragraph 2 (Project Information), above. Again, more emphasis shall be placed on personnel who have qualifications that support design actions for the primary facility designs noted; (c) Firms should demonst rate that they have the ability to successfully perform $20 million dollars of design and construction management support services per year for a five year period through self-performance, via a joint venture or partnership relationship, or with the assist ance of subcontractors. Firms with greater capacity shall be given more consideration in the selection process. In addition, firms with greater numbers of employees within the Function Codes listed above shall also be rated higher in the selection process. Firms who possess employees in the majority or all of the codes listed will also be rated higher. (d) Experience in TAC's AOR, with emphasis on the Middle East and the Arabian Gulf States, will be rated higher than experience only in the United States or other areas of the world. (e) The firm's Design Quality Management Plan (DQMP) for this solicitation (not longer than five pages) will be evaluated along with the clarity and conciseness of the material presented in response to this solicitation. The evalu ation will consider the management capability, approach, coordination of disciplines and subcontractors for each major work breakdown item; (f) The Government will evaluate the management capability of each firm to establish its ability to mobilize a const ruction management/quality assurance workforce to multiple field sites simultaneously and accomplish the assigned work in a timely manner and at a reasonable cost. Of particular interest will be the firm's ability to supply the required personnel resources within expedited time periods and for potential long durations. In the evaluation of this factor, the Government will consider information concerning management and execution plans, staffing plans, and subcontracting capabilities, including the use of loc al labor and subcontractors. This information should be included in Section H of the Standard Form 330. Typical Function Codes required for this aspect are Project Manager (48), Construction Inspector (15), Cost Engineer/Estimator (18), Geodetic Surveyor ( 28), Planner (47), Safety (51), Scheduler (53) and Specifications Writer (56), Office Engineer (no code) and Project Engineer (no code). (g) ACASS and other available past performance information on DOD and other contracts with respect to cost control, qu ality of work, and compliance with performance schedules will be used to evaluate past performance; (h) Experience in using MicroStation, AutoCADD, BIM, MCACES, Corps Guide Specifications and Primavera will be considered. Experience in and knowledge of U.S . Government contracting and U.S. Army Corps of Engineers construction management and quality assurance procedures are desired. The following secondary criteria will only be used as 'tiebreakers' among technically equal firms; (i) Extent of participation o f small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; (j) Volume of DOD con tract awards in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of Standard Form 330 Part I (6/2004 Edition) and 2 copies of Standard Form 330 Part II (6/2004 Edition) for the prime firm, all consultants/joint ventures and groups of firms, to: U.S. Army Corps of Engineers, Transatlantic Programs Center, Attention: Vicki F. Shepherd/CETAC-CT-A, 201 Prince Frederick Drive, Winchester, VA 22602 OR P.O. Box 2250, Winchester, VA 22604-1450, not later than 2:30 p.m. USA Eastern Daylight Time on 16 May 2008. Include your Design Quality Management Plan ( DQMP) and organizational chart in SF 330, Part 1, Section H. Note the limitation of five pages for the submission of the Design Quality Management Plan (DQMP). Solicitation packages are not provided. This is not a request for proposal. Firms' visits to discuss the proposed projects will not be accepted/scheduled. 5. INDUSTRY DAY: To provide all interested parties with the background and requiremen ts concerning this solicitation, and to respond to your questions and inquiries concerning this solicitation, TAC will host an 'Industry Day Conference.' This day is also designed to foster better communication between TAC and the A-E community and to assi st you in providing a proposal meeting the solicitation requirements. All interested parties are welcome to attend. The Industry Day Conference will be held at the following location: Industry Day Conference U.S. Army Corps of Engineers Transatla ntic Programs Center (TAC) Hampton Inn Winchester-North 1204 Berryville Avenue, Winchester, Virginia, USA 22601 Tel: +1-540-678-4000 Fax: +1-540-678-8277 Friday, 18 April 2008 at 0900 (Check in begins at 0830) Please confirm y our attendance and numbers of attendees by contacting David L. Worthington at David.L.Worthington@usace.army.mil, phone number: 540-665-3939, by close of business on Wednesday, 16 April 2008. Please refer to http://www.tac.usace.army.mil/Contracting/ae-in dustryday.html for additional information. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA78/W912ER-08-R-0016/listing.html)
- Place of Performance
- Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Country: US
- Zip Code: 22604-1450
- Record
- SN01545661-F 20080402/080401073225 (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 |