SOLICITATION NOTICE
C -- Indefinite Delivery Architect-Engineer Services for Mechanical/Electrical Design and Related Projects, Primarily Various Locations Alaska
- Notice Date
- 3/8/2011
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-11-R-0024
- Archive Date
- 6/30/2011
- Point of Contact
- Crystal D Labrecque, Phone: 907-753-5578, Roger D Williams, Phone: 907-753-5571
- E-Mail Address
-
crystal.d.labrecque@usace.army.mil, r.david.williams@usace.army.mil
(crystal.d.labrecque@usace.army.mil, r.david.williams@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION : Indefinite Delivery contract 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. This announcement is open to all businesses regardless of size. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000 in average annual receipts. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY 11 subcontracting goals will be used for this contract. A minimum of 50.0% of the contractor's intended subcontract amount be placed with small businesses, with 17.0% of that to small disadvantaged businesses, 18.0% to woman-owned small businesses, 10.0% to HUB Zone small businesses, 8.5% to veteran-owned small business, and 4.0% to service-disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. The contract type shall be indefinite delivery firm fixed price with a contract limit of $7 million over a term of five years. There is no specific task order limit except the limit of the contract. The minimum guarantee amount is $10,000. All responders are advised that this project may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized and no funds are presently available. This solicitation does not guarantee work to selected firm. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). Register via the CCR Internet site at http://www.ccr.gov or by calling the CCR Assistance Center at 888-227-2423 or 269-961-5757. For ORCA, register at https://orca.bpn.gov/login.aspx. No more than one contract will be awarded. Interviews will be held with all of the "most highly qualified" firms. 2. PROJECT INFORMATION : The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided include: various types of power plant design; general building design; designs, reviews, and studies of electrical power, communication, grounding, lighting and control systems; identifying electrical problems and solutions for repair; heating, ventilation, air conditioning and refrigeration design; utilidor and enclosed utility systems, commissioning services. The AE or their subcontractors must have knowledge of petroleum oil lubrication (POL) bulk storage, fuel loading (manifold system), docks, pipelines, pipeline pump stations, loading racks, gauging systems; be familiar with current state and federal regulations as they apply to petroleum facilities; be familiar with current state and federal regulations as they apply air quality standards and permitting; experience in aircraft hangar aqueous film forming foam (AFFF) fire suppression systems and high expansion foam (HEF) fire protection system; centralized fire pump house pumping stations; and standard wet, dry, and preaction sprinkler systems and detection/control systems. Services will include design of new facilities, repair, and modernization. Design of POL systems is incidental to facility design. The AE may be required to participate in programming and design charrettes. The Government may require that designs be in metric and/or English systems of units. The firm must demonstrate the ability to; provide drawings in AutoCAD (version as required by the project); Have the capability to provide designs using building information modeling (BIM) software; use the latest version of M2 (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS); provide draft DD Form 1354, Transfer and Acceptance of Military Real Property; provide electronic bid set (EBS) documents; use SPECSINTACT, for all projects unless otherwise directed in the Task Order. The AE will be required to use Dr. Check's programs (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks: Internet Explorer (Microsoft); the web site is: http:\\www.buildersnet.org\drchecks. The Government may require the AE provide engineering, testing, and design services during construction. The Government may require the AE to provide the Government Construction Management and Design Staff with Fundamental and Enhanced Commissioning Services for various projects. The Commissioning Services shall include individuals to serve as the Commissioning Authority on the project as described in the USGBC LEED Reference Guide 2009 Edition, Energy and Atmosphere Prerequsite 1 and Credit 3. These persons will support the Governement in verifying contract compliance regarding the design, construction and initial post-occupancy phase of the project delivery as it relates to enhanced commissioning. The Government may require the AE to prepare and review energy models prepared by others using DOE approved modeling software in accordance ASHRAE 90.1 Appendix G and UFC 3-400-01. 3. LOCATION : Primarily Various Locations, Alaska, but may be utilized outside Alaska on an exception basis. Facilities will generally be located in arctic or subarctic environments. 4. SELECTION CRITERIA : The following selection criteria are listed in descending order of importance. Criteria (A)-(H) are primary selection criterion: (A) MINIMUM REQUIREMENTS FOR PROFESSIONAL PERSONNEL IN THE FOLLOWING DISCIPLINES ( Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330, Part II, for each subcontractor.) : (1) In-house capability for mechanical engineers and electrical engineers with ten years post-graduate experience. An engineer in each discipline must have been registered for six years. (2) An engineer with ten years experience in design and operations of POL facilities. (3) NACE certified corrosion engineer (a NACE certified cathodic protection specialist and a NACE certified coatings inspector will suffice for a NACE certified corrosion engineer). (4) A registered fire protection engineer. (5) Registered architect. (6) Registered civil engineer. (7) Registered structural engineer. (8) Registered geotechnical engineer. (9) Specification writer. (10) A cost estimator. (11) An environmental specialist. (12) Commissioning Authority Certified by AGC, NEBB, BCxA or TABB. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic and subarctic environments must be integral to all design disciplines. Key design personnel must demonstrate training and specialized experience in cold regions design related to their specific discipline, as well as the ability to properly identify and address critical interfaces between related disciplines. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330, Part II, for each subcontractor. (B) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN: 1) Cold Regions Design. 2) Designs and studies conducted for medium voltage systems including overhead/underground distribution, power plants and substations. Designs and studies conducted for low voltage systems including interior power, generators, uninterruptible power supplies and lighting systems. Designs and studies conducted for information management systems including exterior distribution, interior local area network and telephone systems. Designs and studies conducted for airfield lighting, hazardous areas, and lightning protection. 3) Petroleum facilities. 4) Heating, piping including utility systems, ventilation, air conditioning and refrigeration systems. 5) Utilidor and enclosed utility systems. 6) AFFF and high expansion foam (HEF) fire suppression systems, and fire detection systems. 7) Standard wet, dry and preaction sprinkler systems. 8) Asbestos, lead paint, fuels/chemical spills, and related environmental issues. 9) Experience in preparing Title 5 air quality permits. 10) Commissioning agent experience. 11) Experience in performing energy modeling for buildings. 12) BIM experience. (C) Capacity to maintain schedules and accomplish required work on three simultaneous task orders. (D) Quality Control plan: please describe how it will be used to assure a quality product. (E) Availability of AE staff to meet frequently with Corps personnel in the Alaska District Headquarters office in Anchorage, construction Resident and Area offices in Anchorage and Fairbanks. (F) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. ( G) Knowledge of locality (H) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. CRITERIA I-K ARE SECONDARY AND WILL ONLY BE USED AS "TIE-BREAKERS" AMONG TECHNICALLY EQUAL FIRMS : (I) Geographic Proximity. (J) Volume of DOD contract awards in the last 12 months. (K) 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. 5. SUBMISSION REQUIREMENTS : Firms submitting their qualifications should provide TWO copies of the SF 330 and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330, describe the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I of the SF 330 must be submitted. Part II of the SF330 must be either submitted with Part I or the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the Online Representations and Certifications Application (ORCA) website. Submittals must be received at the address indicated above not later than COB (2:00 p.m. Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: VISITORS TO JOINT BASE ELMENDORF-RICHARDSON (JBER): BE ADVISED THAT DUE TO BASE SECURITY MEASURES, YOU WILL NEED EXTRA TIME TO PROCESS THROUGH THE GATE. If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following procedures: No later than two days prior to the due date for the solicitation, the firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This information must be forwarded electronically to the POC identified herein or faxed to 907/753-2544. This will be a day pass only. All passes are issued at the Boniface Gate, JBER, only. Each driver must provide a valid driver's license, proof of current insurance, current IM certificate, and current valid vehicle registration. All passengers are also required to provide a picture I.D. Requests forwarded after this date will not be considered. Contracting Division point of contact/telephone number: For a day pass request, please contact Crystal.D.Labrecque at 907-753-5578 or e-mail request to Crystal.D.Labrecque@usace.army.mil. A secondary point of contact is Roger. D. Williams at 907-753-5571 or e-mail request to R.David.Williams@usace.army.mil Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-R-0024/listing.html)
- Place of Performance
- Address: Primarily Various Locations, Alaska, JBER, Alaska, 99506-0898, United States
- Zip Code: 99506-0898
- Zip Code: 99506-0898
- Record
- SN02395336-W 20110310/110308234006-cab9dda0ab59023e6d4a9d7a92b6e204 (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 |