Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2011 FBO #3626
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Indefinite Delivery Contact for Arlington National Cemetery Facilities and Incidental work required in support of Arlington National Cemetery by the US Army Corps of Engineers, Norfolk

Notice Date
10/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-12-R-0004
 
Point of Contact
Debora S Gray, Phone: 757-201-7551
 
E-Mail Address
debora.s.gray@usace.army.mil
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
An Indefinite Delivery Architect Engineer (A-E) Contract for professional engineering and design services, procured in accordance with PL 9 2-582 (Brooks A-E Act) and FAR Part 36, as required for various projects assigned to the Norfolk District, US Army Corps of Engineers or other Districts in support of Arlington National Cemetery. Each contract will have a base period of one year from the date of award with options to extend for up to four additional one-year periods. No contract will exceed a term of five years and a maximum of $5,000,000 over a five-year period. Work will be assigned by issuing firm fixed price task orders. Typical individual design fees may range from $20,000 up to $500,000. To be eligible for a contract award, a firm must be registered in the DoD (DFARS 236.602-1(a)(6)(A)) Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov/. PROJECT SPECIFIC INFORMATION Engineering and Design Services are required for an Indefinite Quantity Contract for work at Arlington National Cemetery or Soldiers Home, or otherwise in support of Arlington National Cemetery. Facility types can be categorized primarily as Parking Garage; Traffic Control; Columbaria; Roads; Parking Areas; Stonework, Masonry and Flagstone; Office and Special Use Buildings; Underground Utilities; Environmental Compliance related to erosion control, fuel tanks, solid waste, spill containment, pest management, hazardous material management and disposal. Work includes repair, restoration and rehabilitation of existing facilities as well as new work. Work may include facilities of national significance or monumental nature in compliance with the National Historic Preservation Act, and the Secretary of the Interiors criteria for historic preservation. Architect-Engineering Services that may be required under this contract include drawings, technical specifications, cost estimates, design analysis, engineering calculations, Requests for Proposals (RFPs) for design/build projects, interior design, interior space planning, conceptual design development, architectural presentations, design charrettes, design guide/criteria document preparation, engineering studies to include life safety code, sustainable design, LEED documentation, energy modeling, and construction phase services to include shop drawing review, as-built drawing preparation, and engineering consultation services. Presentations, illustrations, studies, reports and other technical assistance obtaining approvals from National Capitol Planning Commission and Council on Fine Arts may be included. Services shall comply with the current Norfolk District Design Guide. Work on existing facilities may require compliance with the Secretary of the Interior's criteria for historic preservation. Firms are required to prepare drawings in AutoCAD REVIT format or other system directly exportable to AutoCADD LT without translation or third party software, technical specifications in the SPECSINTACT program, cost estimates utilizing MII software in work breakdown structure (WBS), narrative documentation utilizing Microsoft Office Word. Firms will also be required to provide documents in pdf format. The contract requires that the selected firm have on-line access to E-mail via internet for routine exchange of correspondence. All services shall be performed in accordance with applicable codes and criteria required for Government work. Facilities shall be fully accessible to meet the requirements of ADAAG and all applicable laws, codes and regulations pertinent to accessibility. All work shall be performed in accordance with Federal Acquisition Regulation (FAR) (https://www.acquisition.gov/FAR/). Designs will be prepared using US standard English units of measure. ProjNet (DrChecks) (https://www.projnet.org) will be used for comment resolution of all design review submittals. SELECTION CRITERIA: The specific selection criteria (a) through (e) are primary and equal in importance. Factors (f) and (g) are of lesser importance and may be used as tie-breakers among technically equal firms. Specific evaluation factors include: (a) Specialized Experience - Firms will be evaluated in terms of: (1) past experience with regard to design of repair, restoration and rehabilitation of similar facility types as outlined in this synopsis with particular emphasis on coordination with and approval by National Capitol Planning Commission and the Council on Fine Arts, where applicable; (2) past experience in the preparation designs and Request for Proposals (RFPs) for work that is compatible with facilities of national significance; (3) past experience in presentations and illustrations resulting in approval by National Capitol Planning Commission or the Council on Fine Arts; (4) experience providing construction phase services (shop drawing review, as-built drawing preparation, construction inspection services); (5) experience incorporating sustainable principles and practices through an integrated design approach in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. (b) Professional Qualifications - Firms will be evaluated in terms of: (1) resumes submitted for each major discipline proposed team member and the relevance of individual past experience with the scope of work outlined in this synopsis. Submit two resumes for each discipline to include architecture, landscape architecture, civil, structural (independent of civil), mechanical, electrical, fire protection, interior design, and cost engineer; (2) active professional registrations and certifications for proposed team members identified above; (3) individual team member experience (with present and other firms) with an emphasis on project experience relevant to the facility types outlined in this synopsis and project involvement in those projects submitted under factor (a). At least one architect and at least one landscape architect shall each have a minimum of two real property projects (i) for which they were the Designer of Record, and (ii) were approved by either the National Capitol Planning Commission, or the Council on Fine Arts.] At Section H indicate the firm or individuals, with street address, phone and e-mail to be employed for coordination of detailed compliance with National Historic Preservation Act requirements. Use no more than one page for NHPA firm or individuals. (c) Capacity: Ability to perform work to schedules - Firms will be evaluated on their ability to complete multiple taskings simultaneously. Firms shall: (1) show current and projected workload within the firm; (2) address a plan for how they propose to accomplish up to eight additional taskings per year in addition to current and projected workload conditions; (3) provide an organizational chart showing the inter-relationship of the various team components including subcontractors. (d) Past Performance - Firms will be evaluated in terms of work quality, compliance to schedules, and cost controls (with emphasis on projects submitted under factor (a)) as determined from PPIRS and other sources. Submit letters of commendation, awards, previous project evaluations, etc. to show past performance. (e) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. Describe and define the firm's program/processes for quality control and list the key personnel responsible. (f) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DoD within the past 12 months. The objective is to provide an equitable distribution of DoD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. List any DoD contracts awarded to the firm within the past 12 months. (g) Extent of participation of SB, SDB, historically black colleges and universities, and priority institution in the proposed contract team, measured as a percentage of the estimated effort. Boards will only consider the following information: SF 330, as submitted or from ACASS; SF 330, with any required supplemental information; documented performance evaluations, such as from ACASS' DoD contract award data. A board will not assume qualifications which are not clearly stated in a firm's submission or available from ACASS. A board will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify or supplement its submission. Boards shall not consider any cost factors. 3. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Additional size limitations: (i) Limit resume of each individual to no more than one page. (ii) Limit example projects to no more than 10 projects. (iii) Limit Section F to 20 pages. Interested firms having the capabilities to perform this work must submit one hard copy of SF 330 Part I and one copy for the Prime and all consultants in an electronic format searchable in.pdf or MS Word without translation; and one hard copy of SF 330 Part II for the prime firm and all consultants, and one electronic copy searchable in.pdf or MS Word of the entire submittal to the address below at the time and date below. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 6 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firm's DUNS number in SF 330, Part I, Section H. Facsimile transmissions will not be accepted. Submit SF 330 Parts I and II to: US Army Corps of Engineers, Norfolk District; ATTN: Mrs. Debora S. Gray; 803 Front Street; Norfolk, VA 23510-1096; not later than 2:00 PM on NOVEMBER 28, 2011. Facsimile or email transmissions will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. 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) 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 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-12-R-0004/listing.html)
 
Place of Performance
Address: Arlington National Cemetery, Arlington, Virginia, United States
 
Record
SN02614004-W 20111029/111027234418-0ff1c496ec4690efe1fb24046bd3b27b (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.