SOLICITATION NOTICE
C -- Indefinite Delivery/Indefinite Quantity Contract Primarily for Architectural and General Engineering Services within the jurisdiction of the Norfolk District and North Atlantic Division, Corps of Engineers
- Notice Date
- 12/10/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Norfolk, US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-09-R-0012
- Response Due
- 1/13/2009
- Archive Date
- 3/14/2009
- Point of Contact
- Debora Gray, (757) 201-7551<br />
- Small Business Set-Aside
- N/A
- Description
- GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses regardless of size. Multidiscipline Design and/or other Professional Services are being procured in accordance with the Brooks A-E Act (PL-582) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications of the required work. The proposed contract is required for design support primarily for miscellaneous military projects within or assigned to the North Atlantic Division and Norfolk District, U.S. Army Corps of Engineers. Work may include but not be limited to any or all of the following: design, drafting, planning, military construction programming, construction cost estimating, topographic or boundary surveys, on site construction management, various engineering studies, site investigations, value engineering services, subsurface geotechnical investigation, testing, and reports, design services for new construction and/or renovation, demolition, and alterations of existing facilities, environmental studies, testing and reports, hazardous materials testing, abatement, and other design services. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. The intent of this acquisition is to award more than one contract. The proposed contract will be a negotiated firm, fixed-price Indefinite Delivery Indefinite Quantity Contract (IDIQ). Each contract will have a base period of one-year from the date of award with options to extend for up to three additional one-year periods. No contract will exceed a term of four years and a maximum of $12,000,000 over a four-year period. Each task order issued shall be firm-fixed price (as negotiated). The contract shall be awarded subject to the availability of funds, FAR 52.23 2-18, because the contract shall not be fully funded at the time of award. Funding shall be cited on individual task orders. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: (1) uniquely specialized experience, (2) performance and quality of deliverables under any current Indefinite Delivery Contracts, (3) current capacity and ability to accomplish the order in the required time, (4) familiarity with design criteria/codes and construction methods used at the locality, and (5) equitable distribution of work among the contractors. Price will not be used as a criterion. This announcement is open to all businesses regardless of size. If a large business firm is selected for this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan for that part of work it intends to subcontract. The subcontracting goals for Norfolk District are as follows: at least 51% of a prime firms intended subcontracted amount be placed with small businesses; at least 9% be placed with small disadvantaged businesses; at least 7.3% be placed with woman-owned small businesses; at least 7% be placed with service-disabled veteran-owned small businesses; at least 3% be placed with a HUB-Zone small businesses. The plan is not required as part of this submittal. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be registered in the database maintained by the U.S. Small Business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the responses are submitted will result in their elimination as a proposed subcontractor. The Service Contract Act will apply to this acquisition. Projects outside the primary area of responsibility may be added upon approval of all parties and at the option of the Norfolk District, U.S. Army Corps of Engineers. To be eligible for contract award, firms 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 1-888-227-2423. 2. PROJECT SPECIFIC INFORMATION: No specific projects are identified at this time and therefore funds are not presently available for the contract. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E Services are to be utilized. Work may include, but not be limited to general building renovation work (i.e. repair/replacement of roofs, windows, doors, ceilings, floors, restrooms, and exterior and interior building finished); and minor building additions and construction of minor new facilities. Architect-Engineering (A-E) services that may be required under this contract include Life Safety Code studies; interior space planning/design studies; DD Form 1391 documentation; plans; specifications; preparation of Requests for Proposals (RFPs) for design/build projects; cost estimates; surveying; soil borings; hazardous material identification and removal/remediation/abatement/restoration of facilities; sustainable design practices; historical preservation; Americans with Disabilities (ADA) conformance; shop drawing review; construction inspection; and engineering consultation services during construction. The A-E shall be responsible for drawing preparation using computer-aided design and drafting (CADD) software or Building Information Modeling (BIM) software, as required by the specific task order. All drawings produced for this contract shall be in compliance with the A/E/C CADD standards as issued by the CADD/GIS Technology Center (http://tsc.wes.army.mil/products/standards/AEC/intro.asp). The Government will only accept the final products, without conversion or reformatting, in the Autodesk suite of softwares (AutoCAD or Revit). Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with AutoCAD electronic digital format. GIS information shall adhere to the Tri-Service Spatial Data Standards. Design Analysis and any other reports shall be prepared using MS-Word (.doc). Specifications shall be prepared using SPECSINTACT software. Cost estimates shall be prepared using MII software. 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 through h are secondary and will only be used as a tie-breaker among firms that are essentially technically equal. Recent = Projects within the last five years. a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Demonstrate recent experience by the prime firm and its consultants with regard to the type of work listed above; (2) demonstrate recent experience by the prime firm and its consultants with regard to the preparation of design/build RFPs; (3) demonstrate knowledge of codes, laws, permits and construction materials and methods in the contract area; (4) demonstrate the ability to prepare construction cost estimates using Government furnished programs such as MII. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of MII software. Identify specific projects on which MII has been utilized; (5) demonstrate the ability to prepare specifications using Government furnished programs such as Specsintact; (6) demonstrate the ability to prepare construction drawings using AutoCAD or Revit. Firms shall identify what software versions they are currently utilizing; and (7) demonstrate the ability to provide data files on CD or DVD, create CAL raster files and pointer file of all CAD drawings, create PDF files of specifications and other documents (This includes scanning documents where direct file conversion to.pdf is not possible), access the Internet and submit data by File Transfer Protocol (ftp) utilizing an ftp client. b) PROFESSIONAL QUALIFICATIONS: Indefinite delivery contracts will require each A-E contractor (either in-house or through a consultant) as a minimum, the following: Two (2) Registered Architects, One (1) Certified Landscape Architect, One (1) Certified Interior Designer, One (1) Registered Electrical Engineer, One (1) Registered Mechanical Engineer, One (1) Registered Civil Engineer, One (1) Registered Geo-Tech Engineer specializing in geo-technical analysis and reporting, a certified soil boring and testing firm, One (1) Registered Structural Engineer, One (1) Registered Communication Engineer, Qualified means Registered Communications Distribution Designer (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have a current active RCCD registration, plus be a Registered Electrical Engineering. One (1) Registered Fire Protection Engineer, One (1) Registered Environmental Engineer, A certified testing lab, One (1) registered Surveyor as well as survey crew personnel. One (1) Qualified Cost Estimators. Qualified means a professional degree with demonstrated experience. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. The professional team submitted shall include at least one LEED certified Architect. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Resumes should be provided for each of the personnel listed above. Repeat the resume page as required to provide information on all personnel referenced. The firm must ensure that resumes are provided for each of the personnel specifically required. Resumes for the survey crew, drill crew and testing labs are not required. c) PAST PERFORMANCE: Demonstrate success in providing cost, schedule, and resource estimates which were within 10% of actual construction contract cost, schedule, and resource allocations observed, providing quality work, and compliance with task order or contract performance schedules. Documentation of this past performance shall be provided in tabular format for easy understanding by the board. Demonstrate past performance in successfully preparing DOD Design-Bid-Build type project packages and Design-Build projects. The evaluation will also consider other credible documentation included in the firms qualification statement; including letters of reference and recommendation. d) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must demonstrate the ability of their design team by: providing examples of quality work, present examples of management tools that validate competence with budgetary and scheduling constraints, and presenting a recent history of compliance with performance schedules. Specific project delivery due dates and actual date completed must be provided. e) DESIGN QUALITY CONTROL: Include a draft design quality control plan. It should include a brief presentation of internal controls and procedures that the firm uses to ensure that a quality design is produced. The following items (f through h) are secondary criteria: f) GEOGRAPHIC PROXIMITY: Proximity of the firm to the Norfolk District HQ Office. Include Prime firms distance (in terms of POV driving miles) from the Norfolk District office. g) SUBCONTRACTING: Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. h) VOLUME OF DoD CONTRACT AWARDS: Firms (Prime only) must show their last 12 months DoD contract awards stated in dollars. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 330 for the prime firm and all consultants, to the US Army Corp of Engineers, Norfolk District, 803 Front Street, Norfolk, VA 23510-1096, ATTN: Ms. Debbie Gray not later than 2:00 PM on 13 January 2008. The SF 330 will be no longer than 100 pages in length (excluding the SF330, Part IIs) and Block H will be 15 pages or less in length. Each printed side of a page will count as one page. 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 if the prime has worked with the team members within the last five years. In section E, registrations must include the year, discipline and state of registration. In section E, firms with more than one office must indicate each key persons office location. In Section G.26, include the firm each of the key personnel is associated with. Release of firm status will occur within 10 days after approval of the selection. No other information including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Note 24.This acquisition 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 submit: (1) 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 electronically submit SF 330 Part II, General Qualifications, to ORCA, 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. Following an evaluation of the qualifications and performance data submitted, the firm or 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. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af248d307be3b6a2235a49b031083f94&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA<br />
- Zip Code: 23510-1096<br />
- Zip Code: 23510-1096<br />
- Record
- SN01717087-W 20081212/081210221432-af248d307be3b6a2235a49b031083f94 (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 |