Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2008 FBO #2572
SOLICITATION NOTICE

C -- A-E Services for Dugway Proving Ground, UT.

Notice Date
12/9/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-09-R-0013
 
Response Due
1/9/2009
 
Archive Date
3/10/2009
 
Point of Contact
Dori Turner, 916-557-9480<br />
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A -E services are required for a variety of small projects, primarily renovation; however, may include design of new projects with limited scope for Dugway Proving Ground, UT. Projects will primarily be located at Dugway Proving Ground, UT. A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will be designs. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, including A-E services during construction phase and the operations and control phase. The NAICS code is 541310, Architectural Services, which has a small business size standard of maximum $4.5 million average annual receipts for its preceding 3 fiscal years. The Standard Industrial Code (SIC) is 8712. This requirement is 100% small business set-aside. Since the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. A Firm Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be negotiated and is anticipated to be awarded in February 2009. If the February 2009 date is not met, the one negotiated contract will be awarded within one year after the required response date to this announcement. The contract will be for a maximum of a one-year base period from the date of award and will contain options to extend four (4) additional one-year periods. The contract amount for the base period and any option will not exceed $300,000 for each period. The total contract amount shall not exceed $1,500,000. The options may be exercised at the discretion of the Government. At the discretion of the government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rates will take effect on the anniversary date of the contract period. If the Total Estimated Price of the base year or any option year is not awarded within that years 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimate Price of the option period being exercised. At the discretion of the Government, if an option year is exercised early and unused capacity is rolled over, the Government may extend the period of service to coincide with the anniversary date of that period. The minimum guarantee for the base year of the contract will be $ 6,000. The wages and benefits of service employees (see FAR 22.10) performing under these contracts 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 the location of the work). If a subcontracting plan is required, Sacramento Districts recommended goal for work subcontracted is 70.0% for small business. The goal further states that of the 70.0% to be subcontracted to small business. 6.2% is for small disadvantaged business (subset to small business), 7.0% is for small business/woman owned (subset to small business), and 0.9% is for Service-Disabled Veteran-Owned Small Business (subset to small business). If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. These figures are the current FY08 goals. These goals are subject to change upon the FY09 goals being published. If the presolicitation is still open, an amendment will be done to reflect the new FY09 goals. If the posting has closed, the new goals will be communicated to the selected contractor. Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. To be eligible for contract award, a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://www.ccr.gov/, or by contacting the DoD Electronic Commerce Information Center at 1-800-334.3414 and complete annual representations and certifications at https://orca.bpn.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation) of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000, the USACE will evaluate contractor performance and prepare a performance report using the Architect-Engineer Contract Administration Support System (ACASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using ACASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110-$125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: http://www.cpars.csd.disa.mil. If the Contractor wishes to participate in the performance evaluation process, access to ACASS and PKI certification is the sole responsibility of the Contractor. The Secretary of the Army Contractor Manpower Reporting (CMR) requirement will be incorporated into the anticipated contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. The contractor shall be responsible for designs and drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard (see https://tsc.wes.army.mil/products), and delivering the two or three-dimensional drawings in the AutoDesk AutoCAD software release 2004 or later. The Government will only accept the final product in full operational status, without the need for conversion or reformatting, in the AutoDesk AutoCAD release 2004 or later format on the target platform specified herein. The target platform is a Pentium 3.0 GHz, 512 MB Ram, and 40 GB Hard Drive with Microsoft Windows 2000 or later operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform and AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS). In addition to the format specified above, specification files shall also be delivered in Microsoft Word Format. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board system (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Microsoft Excel software. The contract will be issued by the Sacramento District; however, task orders may be administered by Dugway Proving Ground, UT. 2. PROJECT INFORMATION: Task Orders to be issued under this contract may range in scope from a small study to a new project design of limited scope. The services required will be primarily architectural renovation of a variety of small projects and may also include design of new projects with limited scope. Input may be required by architecture with a full complement of disciplines, including civil/structural and mechanical/electrical engineering. Individual task orders may include design of maintenance and repair type projects, and miscellaneous architectural and engineering services associates with military installations. 03. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) through (e) are primary. Criteria (f) through (h) are secondary and will only be used as tiebreakers among technically equal firms. (a) Specialized experience and technical competence in the design of a variety of alteration and repair projects and small new facilities. (b) Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. (c) Qualified professional personnel in the following key disciplines: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Landscape, Environmental Engineering. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. (d) Capacity of the lead firm to accomplish work in the required time frame including professional qualifications of firms' staff and consultants to be assigned to the projects services. (e) Knowledge of the locality of the projects near the project site. (f) Location of the firm in the general geographical area of the project site. (g) Volume of DoD contract awards in the last 12 months as described below. (h) Extent of participation of small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004) US Government Architect-Engineer an d Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Administration Section. The SF 330 shall not exceed 100 pages. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330, indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. Fax or electronic submittals are not authorized. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Facsimile transmissions will not be accepted. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. This is not a request for proposals. All responsible sources may submit the required SF 330 which shall be considered by the agency. POINT OF CONTACT: Mr. Stanley Ho (916) 557-6677. Contracting Office Address: US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814 Place of Performance: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814 Point of Contact(s): Dori Turner, 916-557-7480 US Army Engineer District, Sacramento
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d90e1d25522bfbec9975e13dafae1e0a&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA<br />
Zip Code: 95814<br />
 
Record
SN01715718-W 20081211/081209215122-d90e1d25522bfbec9975e13dafae1e0a (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.