Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2013 FBO #4352
MODIFICATION

C -- Indefinite Delivery Contracts for Architect & Engineering Services in Support of the Mobile District's Central, South America, the Caribbean, & South Atlantic Division, U.S. Army Corps of Engineers Design Program

Notice Date
10/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-14-R-0006
 
Response Due
11/20/2013
 
Archive Date
12/21/2013
 
Point of Contact
Sonya King, (251) 690-2537
 
E-Mail Address
USACE District, Mobile
(Sonya.King@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is modified to change the CONTRACT INFORMATION from small business set-aside to full and open, to extend the closing date by one week, move the tentative selection board meeting date to December, and add Selection Criteria F. All other information remains unchanged. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Mrs. Mary F. Breland. This notice is posted in its entirety and hereby serves as the official solicitation for this project. The Contracting Officer is Carl M. Wade. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract in support of the Mobile District mission primarily in Central and South America and the Caribbean Islands, and to support of South Atlantic Division, and U.S. Army Corps of Engineers Design Program. This announcement is open to all businesses regardless of size. This announcement will result in three (3) to five (5) contract awards. Contracts awarded will not exceed a term of five (5) years. A firm fixed price contract will be negotiated. Rates will be negotiated for each 12-month period of the contract. 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. Work under this contract to be subject to satisfactory negotiation of individual task orders. The total aggregate value of contracts procured under this solicitation is $36,000,000. Successful firms shall be placed in pool of Contractors from which individual task orders shall be issued based on project requirements and the number of ongoing task orders issued to each firm. 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. 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 subcontracting goals for this contract are as follows: a minimum of 50.0% of the contractor's intended subcontract amount be placed with small businesses (SB), 17.0% be placed with small disadvantaged businesses (SDB), 18.0% be placed with women-owned small businesses (WOSB), 10.0% be placed with HUB Zone small business, 8.5% be placed with Veteran-Owned Small Business, and 4.0% be placed with Service-Disabled Veteran-Owned Small Business. The subcontracting plan is not required with this submittal. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The contract will primarily be used for projects which will include a variety of site/civil designs, such as roads, grading, drainage, aircraft parking areas, aircraft aprons, airfields, geotechnical investigations, foundation designs, topographic surveys, and other miscellaneous civil items as well as architectural, mechanical, electrical and structural design including rehab, new construction, or a combination thereof. Ancillary environmental work may be associated with these projects. Some projects will include completion of partial designs, including cost estimates, accomplished by in-house (Government) disciplines. Projects will also include design/build proposal packages requiring A-E design review assistance. Some limited Master Planning may be required. Designs must be provided in metric format. The selected firm must have the capability to provide surveying and mapping and geotechnical subsurface investigations. Design drawings shall be delivered in the AutoCAD 2012 format or MicroStation v8 format. The format will be specific to each project and will be specified in the AE scope of work for the specific project. Technical specifications will be produced with SPECSINTACT software using Unified Facilities Guide Specifications. Responses to design review comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org. The normal task order can be expected to be in the range of $50,000 to $200,000 for projects with normal construction values of less than $3 million. There may be rare exceptions for larger projects. The majority of the work will be located in Central or South America or the Caribbean Islands; however work may be located in the southeastern United States and other locations that may be assigned to the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers. 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 thru D are primary. Criteria E thru F are secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either In-House or through consultants, the following disciplines, with registration required where applicable: (1) Project / Task Order Manager; (2) Civil Engineer; (3) Architect; (4) Structural Engineer; (5) Mechanical Engineer; (6) Electrical Engineer; (7) Communications Specialist (Registered Communications Distribution Design (RCDD)); (8) Corrosion Engineer (NACE Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist, or registered professional Corrosion Engineer); (9) Environmental Engineer specializing in Lead Based Paint (LBP) and Asbestos Containing Material (ACM) Survey and Remediation; (10) Geotechnical Engineer; (11) Geologist; (12) Surveyor; (13) Antiterrorism / Force Protection Specialist; (14) Planner with AICP Certification; and (15) Cost Estimating. Resumes for the firm's and/or consultant's cost engineering or estimating specialist(s) for the architectural, structural, civil, mechanical, and electrical disciplines must specifically identify his (their) competence and experience in these disciplines. One cost estimating specialist may demonstrate experience in one or more disciplines. Resumes contained in Standard Form (SF) 330, PART I, Section E must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. For projects showing experience under RELEVANT PROJECTS, Block 19 under PART I, the Design or Title II portion of each project shall have been 100% completed within the past five (5) years. Evaluation of each discipline will consider education, registration, relevant experience, and longevity with the firm. While not a requirement, firms having team members with Security Clearances of Secret or above will be viewed favorably. B. Specialized Experience: In PART I, Section H, provide a narrative describing the firm's experience in the following: (1) Design approach for horizontal and vertical projects in Latin America; (2) Approach to conducting site and geotechnical investigations, and obtaining utility, topographical, and hydrological surveys; (3) Design of Small Arms Ranges and Expeditionary Facilities; (4) Application of Department of Defense Antiterrorism / Force Protection Construction Standards as published in the Unified Facilities Criteria (UFC), in particular UFC 4-010-01, UFC 4-010-02, UFC 4-020-01, UFC 4-020-02FA, UFC 4-020-03FA, UFC 4-022-01, UFC 4-022-02, and UFC 4-023-03; (5) Design approach for High Performance and Sustainable Buildings in Latin America; (6) Master Planning; (7) Preparation of Programming Requirements Documents and DD Form 1391s; (8) Preparation of Bill of Material (BOM) for projects to be constructed by Military or Host Nation personnel; (9) Preparation of Cost Estimates; (10) The firm's quality management plan, including quality assurance process, project design-to-cost control, coordination of In-House work with consultant(s), and prior experience of the prime firm and any significant consultant(s). C. Knowledge of Locality: (1) Knowledge of work in Central and/or South America with respect to local construction standards, techniques, and materials; (2) Knowledge of security threats and risk reduction procedures; (3) Demonstrated ability to travel to remote locations and coordinate access requirements. D. Capacity to Accomplish the Work: Describe the firm's capacity to accomplish at least four (4) $300,000 individual task orders simultaneously. Providing high quality products in short timeframes is extremely important. E. Past Performance: Past performance on Government Agency and Private Industry contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. All fonts shall be at least 10 point or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 60 PAGES. Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. Include DUNS number in SF 330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. The organization 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 by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bounded in the SF 330 at the proper location, and counted as one page. A maximum of TEN (10) projects including the prime and consultants will be reviewed in PART I, Section F. The Design or Title II portion of each project shall have been 100% completed within the past five (5) years. The prime must have completed or accomplished a minimum of six (6) projects themselves. It shall be noted that a single Task Order executed under an Indefinite Delivery Contract is considered a Project, not the Indefinite Delivery Contract itself. Therefore, please include the Contract and Task Order numbers within the Project Description. Clearly indicate the firm's role and type of project, i.e. Full Design, Design-Build Request For Proposal Development, or Contractor's Designer of Record. Use no more than one page per project. In Block G-26, along with the name, include the firm with whom the person is associated. A 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. Submittals must be received no later than 3:00 P.M. Central Time on 20 NOVEMBER 2013. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 09 DECEMBER 2013. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. ALL QUESTIONS ABOUT THIS SOLICITATION SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at https://www.projnet.org. To submit and review inquiry items, prospective Architect-Engineering (A-E) firms will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective A E firms who submits a comment /question will receive an acknowledgement of their comment /question via e mail, followed by an answer to the comment /question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. Questions shall be submitted no later than 06 NOVEMBER 2013 at 3:00 p.m. Central Time to allow time for a response, and amendment to the solicitation if necessary. On this date and time the portal will be closed. No other means of communication, i.e.: e-mail, fax, or telephone, will be accepted. Oral exchanges between A-E firms and the government prior to award of the contract will not be binding. In addition to information available to A-E firms on the Bidder Inquiry Portal, any information concerning this solicitation will be furnished to all A-E firms as an amendment to the solicitation if the information is necessary to the submittal of SF330s. The Solicitation Number is: W91278-14-R-0006 The Bidder Inquiry Key is: NR2885-M8XC5J Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. A-E firms are requested to review the solicitation and amendments in their entirety, as well as to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: ANY INQUIRY SUBMITTED AND ANSWERED WITHIN THIS SYSTEM, WILL BE ACCESSIBLE TO VIEW BY ALL INTERESTED OFFERORS OR BIDDERS ON THIS SOLICITATION. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To verify your submittal has been delivered, you may e mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-14-R-0006/listing.html)
 
Place of Performance
Address: US Army Engineer District, Mobile less than br greater than 109 St. Joseph Street less than br greater than
Zip Code: 36602
 
Record
SN03220122-W 20131024/131022234008-d8b416d4f8918a6fc0b306a4ad256214 (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.