Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2012 FBO #4029
SOLICITATION NOTICE

C -- California Army and Air National Guard (CAARNG & CAANG) Indefinite Delivery/Indefinite Quantity Architect and Engineering Services Pre-solicitation

Notice Date
12/3/2012
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-13-R-0002
 
Response Due
1/3/2013
 
Archive Date
2/1/2013
 
Point of Contact
AMBER MILTON, 805-594-6382
 
E-Mail Address
USPFO for California
(amber.milton@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: California Army and Air National Guard (CAARNG & CAANG) Indefinite Delivery/Indefinite Quantity Architect and Engineering Services Contract. This notice is posted in its entirety and hereby serves as the pre-solicitation for this project. Point of Contact for this announcement is Staff Sergeant Amber Milton. Submit questions to amber.milton@us.army.mil. The NAICS is 541310 quote mark Architectural Services quote mark and the Standard Industrial Classification is 8711/8712. This announcement is being solicited on an unrestricted basis. CONTRACT INFORMATION: Architect-Engineer (A&E) Services, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for the California Army and Air National Guard (CAARNG & CAANG). Orders may be awarded for any location within the state of California. The Northern California Area will include the following counties/properties: Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Glenn, Humboldt, Lake, Lassen, Marin, Mendocino, Modoc, Napa, Nevada, Placer, Plum, Sacramento, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tuolumne, Yolo, Yuba, Moffett Federal Airfield, North Highlands Air National Guard Station, Hayward Air National Guard Station, and Camp Parks Reserve Forces Training Area. The Central California Area will include the following counties/properties: Fresno, Inyo, Kern, Kings, Madera, Mariposa, Merced, Mono, Monterey, San Benito, San Luis Obispo, Tulare, Fresno Air National Guard Station, Camp Roberts, and Camp San Luis Obispo. The Southern California Area will include the following counties/properties: Imperial, Los Angeles, Orange, Riverside, San Bernardino, San Diego, Santa Barbara, Ventura, Channel Islands Air National Guard Station, San Diego Air National Guard Station, March Air Reserve Base, and Los Alamitos Joint Forces Training Base. Offerors will be able to choose any and all areas that they wish to perform services for. The A/E firm must be capable of responding to and working on multiple task orders concurrently. Selection of A/E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All A/E firms are cautioned to review the restrictions of FAR 9.5 quote mark Organizational and Consultant Conflicts of Interests quote mark and FAR 36.209 quote mark Construction Contracts with Architect-Engineer Firms quote mark. Any A/E firm that prepares a Request for Proposal for the design of a particular project will be restricted from participating in any contract or task order for the construction of that particular project. This announcement is being solicited on an unrestricted basis. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large business firms that intend to do contracting must convey their intent to meet the minimum small business goals on the SF 330, Section C by identifying subcontracting opportunities with small businesses. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal Package. The subcontracting plan is NOT required with this submittal. SCOPE OF SERVICES: The A&E services may require any combination of the following services: Type A /investigative and concept; Type B design (within the 6% statutory fee limitation); Type C, professional and on-site inspection, and Code and Criteria review. The contract may also call for the preparation of engineering type studies, facility project books, O&M Manuals and/or statements of work. These projects will require multidiscipline engineering services in investigation, design, and inspection. The scope of design services may include, but will not be limited to; architectural, civil, structural, mechanical, electrical, and environmental designs for construction, repair and alteration of multi-use facilities and base utilities/ pavements. Negotiations will be conducted for hourly rates for each discipline, overhead, profit and other cost elements which are particular to the contract. Task Order s will be negotiated and awarded based on the required effort of work, but not until after the contract is awarded. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion): 1. Professional qualifications necessary for satisfactory performance of required services in the following disciplines (not intended to be all inclusive): Architectural, Structural Engineering, Mechanical Engineering, Fire Protection Engineering, Electrical Engineering, Civil Engineering, Surveying, Environmental, Geotechnical Engineering, Subsurface Investigation, Drilling and Sampling, and Laboratory Testing. 2. Specialized experience and technical competence in the type of work required. Since this contract is expected to incorporate a wide range of military projects, similar experience will be evaluated. Specific experience with HVAC design, utilities design, paving design, fire detection and suppression system design, roofing design, electrical system design, Petroleum, Oil, and Lubricants (POL) handling and storage facilities, Anti-Terrorism / Force Protection (AT/FP) measures, LEED accreditation, knowledge of the locality, and facility rehabilitation design will be evaluated. Where appropriate, success in prescribing the use of recovered materials and also in achieving waste reduction, pollution prevention, and energy conservation will be evaluated. 3. Capacity to accomplish work in required time. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5. Location of firm in general geographic area of the project with knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6. Volume of DoD work in past 12 months. The total yearly limitation on awarded fees shall not exceed $2 million. Although there is no limit on Task Orders, the total awarded yearly cost cannot exceed $2 million. Any resultant contract will be for a base period of one year with option years available to be exercised for up to four additional years. The individual task orders may be of any value within the contract maximum ceiling value (base year and up to four option years) of $10,000,000.00 (Ten Million Dollars). The option year(s) fee limitations are synonymous with those established in the initial ye ar. If no Orders are awarded under the contract, a one-time fee of $5,000 will be paid to the awardees. Multiple contracts are to be awarded from this solicitation with a minimum of ten (10) awardees. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit three (3) completed and bound paper copy, and one (1) electronic copy (CD) of their SF 330 (Architect-Engineer Qualifications) to Staff Sergeant Amber Milton Contract Administrator, United States Property and Fiscal Office (USPFO) Camp San Luis Obispo, Contracting Office, Building 633, 2303 Napa Ave, Camp San Luis Obispo, San Luis Obispo, CA, 93405, NOT LATER THAN Thursday, January 3, 2012 1:00 PM (PST). SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following website: http://www.gsa.gov/portal/forms/type/SF. Include the number and dollar value of the A/E contracts awarded by the Air and Army National Guard and DoD Agencies. Also include copies of any government evaluation reports showing performance on past work, if available. PART I OF THE SF 330 SHALL NOT EXCEED 50 PAGES. The Organizational Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch x17 inch sheet is used, it shall be neatly folded to 8 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. Blank sheets/Tabs separating sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including prime and consultants will be reviewed in PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C. Proposed Team, if the Prime has worked with the team members in the past five years. When listing projects in PART I, Section F, an Indefinite Delivery Contract (IDC) or IDIQ contract with multiple Task Orders, as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. In Block G-26, along with the name, include the firm with which a person is associated. Completing PART II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. THIS IS NOT A REQUEST FOR PROPOSAL. Regulation requires that the Selection Board not consider any submittals received after 1:00 p.m. on the closing date specified in this announcement. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the Selection Board. Interviews for those firms selected by the Board will be in person and will be scheduled approximately 30-45 days after deadline for receipt of submittal packages. Please note, only those Firms rated highest based upon the six factors stated in the Selection Criteria, as determined by the Board, shall be afforded an interview. All questions shall be in writing to Staff Sergeant Amber Milton, as listed above. Phone calls and personal visits for the purpose of discussing this solicitation with contract/project management and/or engineering personnel are not allowed. To verify receipt of your proposal, you may e-mail raj.cooper@us.army.mil or amber.milton@us.army.mil. All firms awarded a contract must be registered the System for Award Management (SAM) database prior to submitting invoices. For instructions on registering with the SAM, please visit the SAM Web site at https://www.sam.gov/portal/public/SAM/. ALL QUESTIONS MUST BE SUBMITTED BY DECEMBER 17, 2012 IN WRITING ONLY to amber.milton@us.army.mil. No phone questions will be honored. Questions will be answered in writing and posted to a Questions and Answer document at FedBizOpps by December 21, 2012. (https://acquisition.army.mil/asfi/gov_personnel_main.cfm). Contractors are encouraged to review the Q&A documents BEFORE sending questions as they may have already been answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-13-R-0002/listing.html)
 
Place of Performance
Address: USPFO for California 2303 Napa Ave San Luis Obispo CA
Zip Code: 93405
 
Record
SN02940842-W 20121205/121203233909-0c55beb4f20e38f2573d495a44b2ab56 (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.