Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
MODIFICATION

C -- Architect-Engineer Design Services for Renovation of Secure and Classified Tenant Core Spaces for Department of Defense Agencies Worldwide. This Presolicitation is related to the Sources Sought Notice W9128F-12-S-E001.

Notice Date
7/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-12-R-0061
 
Response Due
7/6/2012
 
Archive Date
9/4/2012
 
Point of Contact
Renae M. Zaruba, Phone: 4029952058
 
E-Mail Address
renae.m.zaruba@usace.army.mil
(renae.m.zaruba@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
On 06/13/2012, changes were made to Section 3 SELECTION CRITERIA, Paragraphs b and f: C - ARCHITECT - ENGINEERING DESIGN ID/IQ CONTRACTS FOR WORLDWIDE LOCATIONS SPECIAL PROJECTS PROGRAM - OMAHA DISTRICT US ARMY CORPS OF ENGINEERS GENERAL INFORMATION Document Type: Synopsis Announcement Number: W9128F-12-R-0061 SET-ASIDE FOR SMALL BUSINESS Posted Date: June 7, 2012 Original Response Date: July 6, 2012 @ 1400 Hours Current Response Date: July 12, 2012 @ 1400 Hours Classification Code: C - Architect and Engineering Services CONTRACTING OFFICE ADDRESS US Army Corps of Engineers, Omaha District 1616 Capitol Avenue, Omaha, NE 68102-4901 Contract Specialist: Renae Zaruba (402) 995-2058 Renae.M.Zaruba@usace.army.mil DESCRIPTION 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Act as implemented in Federal Acquisition Regulations (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will include, but not be limited to, the following: Site Survey & Assessment, Studies & Reports, Basis of Design, Design Calculations, Drawings & Sketches, Specifications, Cost Estimates, Constructability Review, and Responses to Requests for Information (RFI). Project locations could potentially be both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). Up to two (2) Indefinite Delivery Contracts will be negotiated and awarded, each with one (1) one-year base period and four (4) one-year option periods. The amount of each contract will not exceed a combined capacity of $7,000,000. Minimum contract guarantee amount is $5,000.00. The contracts are anticipated to be awarded by September 2012. The contracts will be awarded based on the ranking of the firms: the firm ranked the highest will be awarded a contract; if the second highest-ranked firm is satisfactorily qualified, the second contract will be awarded to that firm. However, if the second highest-ranked firm is not satisfactorily qualified, only one contract will be awarded. These contracts are set-aside for small business. Work will be issued by negotiated firm-fixed-price task orders. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work amount the contractors. North American Industrial Classification System code is 541330, which has a size standard of $14M in average annual receipts. The wages and benefits of service employees (see FAR Subpart 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 employee's office location (not the location of the work). 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: Projects will consist primarily of design services for renovation of the Defense Attach Offices (DAO) facilities located in United States embassies throughout the world. These facilities are tenant CORE space. The A-E firm may be requested to provide A-E support to the Project Delivery Team during the solicitation and/or construction phases. 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 - f are primary; Criteria g and h are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. a. Demonstrate the ability to work on classified projects or installations. Members of the firm should currently have a minimum of a Secret security clearance. Identify type and number of disciplines your firm has with Secret personnel security clearance issued by the Office of Personnel Management (OPM), the Defense Industrial Security Clearance Office (DISCO), or other U.S. Government agency meeting Security Classification Specification DD Form 254 for the following personnel: i. Program Manager ii. Project Manager iii. Architect iv. Electrical v. Mechanical vi. Structural vii. Estimator viii. Communications ix. Fire Protection b. Verify ability to receive, store, and process classified secret material via a Department of Defense (DoD)-accredited security facility clearance. The prime contractor's facility and any subcontractor's facility that will be receiving, storing, and processing classified material shall have secret facility clearance validated by active Commercial or Government Entity (CAGE) Code to store and processes secret material. Provide CAGE Code for verification. c. Identify projects within the last five years where your firm has performed the following: i. Experience developing permit design documents to renovate U.S. Embassy Tenant Agency offices from CAA-restricted to CAA-CORE space in accordance with Overseas Policy Board (OPB) standards. Note: New Embassy Construction or new construction experience is not considered equal project experience for Overseas Building Operations (OBO) permit review process. ii. Experience as the design agent obtaining Department of State OBO permit for a Tenant Renovation at a U.S. Embassy. iii. Experience with multi-discipline task order type contracts that require the ability to respond quickly to task orders, requests for offers, and completion of projects on an accelerated schedule. Special emphasize should be provided for previous experience with similar Indefinite Delivery / Indefinite Quantity (IDIQ) A-E Contract Task Orders. d. For the following key disciplines, identify and provide resumes/qualifications specific to renovation of U.S. Embassies with CAA-restricted to CAA-CORE space upgrades for Tenant space in addition to longevity with the firm. Evaluation of these disciplines will consider education, training, and certifications. i. Program Manager ii. Project Manager iii. Architect iv. Electrical v. Mechanical vi. Structural vii. Estimator viii. Communications ix. Fire Protection e. Provide an organization chart and sequence flow diagram that addresses A-E team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, cost estimates, performance of Biddable, Construction, Operation, and Environmental (BCOE) reviews and demonstrates the ability to do multiple projects to support this contract. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at that office. (SF 330, Part I, Section H, Item 1). The firm's organizational structure chart showing the number of personnel in the key disciplines shall be presented to insure that the firm can meet required schedules. (SF 330, Part I, Sections E & G) f. Provide copies of all Architect-Engineer Contract Appraisal Support System (ACASS) performance evaluations for projects referenced on the Standard Form (SF) 330. Firms can access past performance evaluations on the Contractor Performance Assessment (CPARS) website at http://www.cpars.csd.disa.mil/acassmain.htm. Points of Contact (POCs) for the projects listed for Selection Criteria C should be submitted to verify past performance, if necessary. POC information to be submitted includes name of POC, agency/firm the POC works for, telephone number, and email address. The POC may or may not be contacted for verification of past performance, at the discretion of the Government. g. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses. h. Location of the firm in the general geographical area of the City of Washington D.C. The following evaluation criteria will be used to evaluate the documentation submitted: Exceptional - The Offer exceeds the scope of the announcement requirements in the majority of the aspects of the particular factor or sub-factor. The Offer also provides advantages and exceeds the announcement requirements in performance or capability indicating maximum benefit to the Government. The factor or sub-factor has no weaknesses or omissions. Above Average - The Offer exceeds the scope of the announcement requirements in many aspects of the particular factor or sub-factor. The Offer provides advantages in key areas or exceeds announcement requirements in performance or capability indicating significant benefit to the Government. The factor or sub-factor may contain weaknesses or omissions that have no impact on the Offer as a whole and are easily correctable. Average - The Offer matches the scope of the announcement requirements of the particular factor or sub-factor. There may be strengths but they may not aggregate into an advantage indicating additional benefit to the Government or may be offset by weaknesses. There may be weaknesses, significant weaknesses or omissions; these are correctable without major revision(s) of the Offer. There is room for improvement in this factor or sub-factor. Marginal - The Offer matches some but not all of the announcement requirements of the particular factor or sub-factor. There may be limited or individual strengths but they do not aggregate into an advantage and are offset by weaknesses, significant weaknesses, deficiencies or omissions. The Government may still receive benefit from the Offer submitted. Unacceptable - The Offer fails to meet a majority of announcement requirements or has omitted critical information required to evaluate this factor or sub-factor. There are no strengths. The Offer contains a large number of or highly significant weaknesses, significant weaknesses, omissions and/or deficiencies. Upon completion of evaluation of the SF 330 offers received, a short list of most qualified firms will be determined. Until selection is completed, there will be no notification of any type to firms either on the short list or not who submitted information for consideration. Once the short list is approved by the Source Selection Authority, those firms that did not make the short list will be promptly notified. 4. SUBMISSION REQUIREMENTS: a. Interested firms having the capabilities to perform this work must submit six copies, each containing Parts I and II of the SF 330 information for the prime firm and all consultants, to the address noted in (d) of this section not later than 1400 hours on the response date indicated above. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF 330 Instructions). The SF 330 shall have a page limit of 75 pages. A page is one side of a sheet, 8-1/2" by 11". If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be smaller than 10 fonts. Pages shall be numbered. b. Include the firm's ACASS number on the SF 330, Part I, Block B. On the SF 330, Part I, Block C, provide the ACASS number for each consultant, if available. If your firm does not have an ACASS number, it can be obtained from the Portland District, Corps of Engineers ACASS database by calling (530) 808-4591. c. Facsimile transmissions will not be accepted. Announcement packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement www.fbo.gov. d. General Information: i. Points of Contact: Ms. Renae Zaruba at 402.995.2058 and Renae.M.Zaruba@usace.army.mil and Mr. Doug Hadley at 402.995.2068 and Doug.E.Hadley@usace.army.mil. ii. Mailing address for submission: US Army Corps of Engineers ATTN: CECT-NWO-E, Zaruba Announcement W9128F-12-R-0061 1616 Capitol Avenue Omaha, NE, 68102-4901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-12-R-0061/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02791884-W 20120704/120702234855-a265f0855e82b199728f89d442fd058e (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.