Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Construction phase Services (CPS) which will be procured in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6

Notice Date
1/19/2010
 
Notice Type
Presolicitation
 
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-10-R-0023
 
Response Due
2/18/2010
 
Archive Date
4/19/2010
 
Point of Contact
Linda Eadie, 817/886-1085
 
E-Mail Address
US Army Engineer District, Fort Worth
(Linda.D.Eadie@swf02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: a. General: The proposed A-E contract will support the Department of Homeland Security (DHS) program being managed by the Engineering Construction Support Office (ECSO) and could include CPS for various DHS, civil, or military projects which are generally within, but not limited to the Southwestern Division (SWD) regional boundaries (TX, LA, NM, AR, OK) to allow the flexibility of sharing capacity with other Corps Districts (outside SWD boundaries). North American Industrial Classification System Code applicable to this work is 541330, Engineering Services, which has a size standard of $4,000,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open only to SMALL BUSINESSES. The prime A-E firm must perform 50% or more of the work on this contract. Anticipated contract award will be on or about May, 2010. One Indefinite Delivery-Indefinite Quantity (ID/IQ) contract will be awarded from this announcement for a cumulative amount of $20,000,000 with a minimum guarantee amount of $5,000.00 only for the base period of 2 years with one 3 year option and for a term not to exceed five years. Only Architect or Engineering firms may compete for this contract per FAR 36.601-4(b). Price will not be used as a criterion for selection. There will be NO design services included in this contract. Notice Organizational Conflict of Interest. The work to be performed may create an actual or potential organizational conflict of interest on future acquisitions. Offerors should refer to FAR subpart 9.5 - ORGANIZATIONATIONAL AND CONSULTANT CONLICTS OF INTEREST. An organizational conflict of interest can arise when a contractor possesses an economic incentive that renders it unable, or potentially unable, to provide impartial assistance or advice; or an unfair competitive advantage in obtaining a contract as the result of access to nonpublic information about a competitor or procurement. When an organizational conflict of interest arises it can have serious implications for the contractor that can range from disclosure obligations to disqualification from an award. Accordingly, some restrictions on the future activities of the contractor and its subcontractors may be required. And, these restrictions may include prohibiting the contractor or its subcontractors from participating in a contract or a task order. A contractor which participates in preparing design drawings or documents for future construction contracts may be prohibited from providing CPS for that contract. However, in future procurements, the contractor or its subcontractors may request a determination of its ability to participate in a particular procurement from the Contracting Officer. Proposals submitted for procurements or services for which the contractor or its subcontractor is later determined to have an organizational conflict of interest shall be submitted at the risk of the contractor or its subcontractors. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The Architect-Engineer (A-E) shall furnish all personnel, services, materials, supplies and supervision required to fully complete each task order. Personnel provided by this contract will operate out of Government supplied facilities. c. Contract Award Procedure: 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: Construction phase services are required to support construction activities and may include tasks supporting projects not yet in construction. Projects are anticipated to be primarily in support of ECSO, Fort Worth, Texas. However, Task Orders under resultant IDIQ contract may be for projects anywhere in the US or its territories. Required services include a broad range of engineering and construction activities including (but not limited to) project integration, project management, program management, design submittal review, pre-design site assessment, feasibility and concept studies, space planning and programming, design concepts/programmatic standards, cost estimates, value engineering, life-cycle costing, topographic surveys, soil analysis, soils engineering, consultations, preparation of record drawings, drawing reviews, enhanced commissioning, engineering analysis, project control, and environmental studies., The firm selected will be required to provide personnel to perform the services at various Government sites from 6 months to 5 years. The maximum numbers of assignees are estimated to be 20 personnel simultaneously. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) thru (d) are primary. Criteria (e) through (g) are secondary and will only be used as tie-breakers among technically equal firms. Experience can be from outside SWD boundaries and it can also be from the private sector or other governmental entities; i.e. similar staffing support for the Texas Department of Transportation or Dallas Rapid Area Transit. (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 and all SF 330 submittals are numbered to correspond to the numbering shown in this synopsis-type in the requirement and then type in your response). Firms must document significant recent experience (within the past 5 years) in supplying personnel to perform work on a wide variety of sites located within the United States, its territories and possessions in a manner that complies with Federal, State, and Local laws and regulations, and within the timeframe required. Demonstrate a minimum of ten examples within the past 5 years. Firms must demonstrate the ability to provide personnel for a full range of professional services to include, but not limited to: project managers with PMP certification, program managers with PMP certification, experienced MII cost engineers, registered professional civil engineers, registered professional mechanical engineers, registered professional electrical engineers, NAS schedulers, registered professional structural engineers, environmental design personnel (asbestos, lead-based paint, soil, etc), NEPA specialists, registered architects, certified value engineers, registered topographical surveyors, and geologist or soils engineers, (b) PROFESSIONAL QUALIFICATIONS AND CAPABILITIES: Experience providing required personnel based on an evaluation of the firm's Construction Management Placement Plan (CMPP). The CMPP shall be presented in Section H and should include an organization chart of existing personnel and their locations. It should address management approach and specific procedures for hiring, training, and maintaining highly qualified local personnel to be on site within a variety of geographic locations and within 30 to 60 days. The plan shall address the firm's capacity to provide staff for a period of 6 months to 5 years at multiple sites to accomplish multiple simultaneous task orders to include approximately $6,000,000 of work of the required type in a one year period. The evaluation will consider the experience of the firm and consultants in similar contracts. All key personnel shall be shown on the organizational chart in Section D of SF 330. Resumes shall be provided for the key personnel in Section E of SF 330. Resumes will address qualifications of key management personnel. Special note: This solicitation requires the resumes for the teams personnel involved in the recruiting, hiring, management, and training of the professional personnel that will be provided. Resumes are not being requested for the professional personnel being hired in support of this contract. (c) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must demonstrate adequate team capacity to perform three $2,000,000 task orders concurrently, and the ability to meet unforeseen schedule changes. (d) PAST PERFORMANCE: Past performance on Federal, DHS, or DOD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous five years. The following, items (e) through (g), are secondary criteria: (e) SB and SDB Participation. Firms must show the extent of participation of SB, SDB, Service Disabled VOSB, and HubZone SB in the proposed contract team, measured as a percentage of the estimated effort. The greater the participation, the greater the consideration. Ensure that claimed SDB firms meet the criteria set forth earlier in this announcement. (f) VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms must show their last 12 months DOD contract awards stated in dollars (see details in a subsequent paragraph). (g) GEOGRAPHIC PROXIMITY: The firms knowledge of various locations throughout the United States, its territories, and possessions. 4. SUBMITTAL REQUIREMENT Submittals shall be sent to: US Army Corps of Engineers, Attn: Ms. Jennifer Miller, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). One hard copy and one electronic copy (word or PDF) on a CD is required. (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit one copy of an SF 330 (6/2004 Edition) including Parts I & II as described herein, to the above address no later than 2:00 p.m. (Central Time) on the response date indicated above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. (b) Submit only one completed SF 330, Part I from the prime for the construction phase services team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. Do not include company literature with the SF 330. (c) Use no smaller than 10 point, Arial font. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART I ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable and each consultant. (b) In Section E, provide brief resumes of the on-staff or consultant employees you intend to use to perform the work. (c) In Section F, a maximum of 10 projects for the total proposed team shall be provided. Use no more than one page per project. Specify the percentage and type of work each firm actually performed on each listed project. (d) In Section G, block 26; include the firm and office location the person is associated 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 Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices and each subcontractor as identified in Part I, Section C) integrates into the composite team. (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. Number your proposal paragraphs to correspond to the paragraphs in this synopsis. Type in the requirement listed in the synopsis and then address the requirement. When addressing team capabilities; clarify planned capability, existing capability, and prior experiences, 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 herein. Under paragraph 3(f) above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Task Orders to Indefinite Delivery Contracts should be summarized as to the actual work performed on the Task Orders and list the Task Order award amounts by providing the dollar amount range of all Task Orders. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 25 pages for Section H. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered SF 330, PART II. ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, as well as other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed with original or copy of a hand written signature (signed within the past 3 years (is required and dated. A firm may be rated as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (b) In Block No. 4 Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (http://www.dnb.com/US/duns_update/) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specific to the office performing the work. Each branch office and/or joint venture must have their own DUNS number). (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Ms. Patricia Jackson (817) 886-1054, Technical - Mr. Ben Case (817) 886-1462. E-mail your questions to US Army Engineer District, Fort Worth at: Patricia.A.Jackson3@usace.army.mil. Personal visits to discuss this announcement will not be allowed. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-10-R-0023/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02044630-W 20100121/100119234931-f3debcc572c08f8ca3de658945ebe571 (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.