Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1, 2001 PSA #2969
SOLICITATIONS

C -- FIRM-FIXED PRICE CONTRACT FOR DESIGN AND RELATED SERVICES FOR DIGITAL MULTI-PURPOSE BATTLE AREA COURSE, FORT POLK, LA

Notice Date
October 30, 2001
Contracting Office
U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300
ZIP Code
76102-0300
Solicitation Number
DACA63-02-R-0003
Response Due
December 4, 2001
Point of Contact
Leslie E. Guy, Contract Specialist, 817/978-5062
E-Mail Address
Leslie E. Guy, Contract Specialist (leslie.guy@swf.usace.army.mil)
Description
Multidiscipline Design and other Professional Services, procured in accordance with PL-582 (Brooks A-E Act) and FAR Part 36, are required for design of Digital Multipurpose Battle Area Course (DMPBAC), Fort Polk, LA. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. The North American Industrial Classification System (NAICS) Codes applicable to this project are 54131 (Architectural Services) which corresponds to SIC Code 8712 and NAICS Code 54133 (Engineering Services) which corresponds to SIC Code 8711. The contract is anticipated to be awarded February 2002. Design completion projected NLT April 2003. This announcement is open to all businesses regardless of size. The estimated construction cost is $22,900,000. All offerors are encouraged to visit the Army's Single Face to Industry website at http://acquisition.army.mil to view other business opportunities across the Army. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The Fort Worth District goal on work to be subcontracted is that a minimum of 61.4% of the Contractor's total intended subcontract amount be placed as follows: 9.1% be placed with Small Disadvantaged Businesses (SDB); 5% to be placed with Women Owned Small Businesses; 3% Veteran Owned Small Business; 2% be placed with Historically Black Colleges/Universities or Minority Institutions; 1% HUBZone Small Business and the remaining 41.3% be placed with Small Businesses (SB) for a total of 61.4%. The plan is not required as part of this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. 2. PROJECT INFORMATION: The Digital Multipurpose Battle Area Course (DMPBAC) is a new concept in range design with emphasis on Mechanized and Dismounted Infantry in lieu of heavy armor forces. The project includes but is not limited to all-weather tactical vehicle lanes, concrete turning pads, tactical vehicle staging and parking area, moving infantry targets (10), machinegun bunker target emplacements (10), stationary infantry targets (167), stationary armor targets (22), moving armor targets (6), Target FM Control Tower and defilade positions (8). Other DMPBAC features include ordnance removal, drainage and erosion control features, stream crossings, camera towers, obstacle breach sites, defensive trenches, Control and AAR Building (557 SM), General Instruction Building (139 SM), Latrine and Shower facility (74 SM), Range Storage and Maintenance Building (353 SM), Power Storage Building (56 SM), fiber optic communications, copper pair phone lines, utility support including onsite wastewater treatment, security fencing and electrical distribution. Design will be performed in Metric units. Quantities or facilities listed above are subject to change, are not all-inclusive and are not intended to restrict scope of design services. Design and related considerations also include turfing, erosion control (minimizing velocity in ditches, providing ditch turnouts, ditch checks, etc. which are extremely important in the design of this facility), architectural hardware, electronic communications, environmental or EPA regulatory considerations including stormwater pollution prevention plans, environmental survey of facilities to be demolished, subsurface geotechnical investigation and testing and limited site clearance for unexploded ordinance necessary for geotechnical and other design site investigations. Design must also consider line of sight from firing positions to targets which impacts range layout and grading. Design considerations also include DOD Interim Force Protection Criteria which impact building and parking site layout, access, and structural analysis/design to prevent progressive structural collapse. Project deliverables may include engineering studies (i.e. life cycle costs, energy budgets), environmental surveys, CADD (Bentley Microstation) produced plans, specifications prepared utilizing Specsintact (government furnished software), construction cost estimates prepared utilizing M-CACES (government furnished software), design analysis and weekly status report; all in hard copy and as electronic files. Electronic files are required to be provided on compact disk (CD-ROM). Plan electronic files include CADD files (Bentley Microstation), CAL raster files, and an index of CADD and CAL files in an Excel-compatible spreadsheet. CADD design is not required to be performed in the target system (Bentley Microstation) and may be converted to the target system as needed for the final submittal. However, the A-E is responsible for a complete and seamless CADD conversion. This agency utilizes a paperless construction bidding process and production of acceptable CADD, Specsintact, pdf and cal files is critical to that process. Specification electronic files include the required Specsintact files as well as pdf files used in the paperless bidding process. The required construction cost estimate electronic files include pdf as well as M-CACES files. The Design Analysis may also be required to be submitted as a pdf file as well as in hard copy. The A-E will be required to routinely download information required for design from the internet to include criteria, specifications, and other data as well as monitoring e-mail several times daily. E-mail is the primary means of communication among the numerous participants in project formulation, design review, and day-to-day project management. The following software/equipment/resources are suggested for use on this project: Appropriate CADD hardware and software, software to create CAL files, software to view non-compiled CAL files, software to create and view pdf files, Specsintact software (Government furnished via internet), M-CACES construction estimating software (Government furnished), MS-Windows (Win95 or later) based computer software and hardware, hardware and software to write data to compact disks, internet service provider, e-mail software and accounts for each Team member, ftp client (enables upload to ftp web site to overcome e-mail file size limitations), MS Word, MS Excel, current edition of virus scanning software (with weekly update for new viruses), and a scanner with auto feed capability. For more information about Specsintact, the electronic advertising process, etc, go to http://www.swf.usace.army.mil/links/e&c/ec-a/. 3. SELECTION CRITERIA: See CBD Note 24 (Monday issue) for general description of the A-E selection process. Selection criteria in descending order of importance are as follows (Criteria (a)-(d) are primary criteria; items (e)-(h) are secondary and are used as tie-breakers among technically equal firms): (a) Specialized Experience and Technical Competence: (1) The Design Team must demonstrate recent (within the past 5 years) and significant experience in the design of similar Army range facilities in scope and size. Similar facilities include Digital Multipurpose Range Complex, Digital Multipurpose Training Range, Infantry Platoon Battle Course, Infantry Squad Battle Course and Attack Helicopter Gunnery Range. It is desirable that Design Team experience include design and site investigative implications of unexploded ordnance on the project site. It is also desirable that the Design Team be familiar with Interim DOD Antiterrorism/Force Protection Construction Standards. It is suggested that Block 8 of the SF 255 be modified to include one relevant project per page to ensure that scope of relevant projects is clearly defined, that participation by the proposed Design Team is defined on past projects, etc. Do not exceed ten pages for Block 8. Ensure that this and all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255. (2) The Design Team must have personnel with at least three years experience in Fire Protection and Life Safety Design that are familiar with the use and application of NFPA codes 80 and 101 and MIL-HDBK-1008C. Ensure that this and all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255. (3) The Design Team must demonstrate the capability to perform geotechnical subsurface site investigation, perform soil testing, and prepare geotechnical reports establishing engineering design parameters for paving and building design. However, the Government may elect to prepare engineering reports and design recommendations based on geotechnical investigations performed by the A-E. (4) The Design Team must demonstrate the ability to perform unexploded ordnance (UXO) survey in support of site investigative requirements (topographic survey and geotechnical investigations). Ensure that this and all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255. (5) The Design Team must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (6) The Design Team must demonstrate experience in evaluating contractor's submittals and performing construction surveillance. Ensure that this and all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255. (7) The Design Team must be able and will be required to prepare specifications using Government furnished program, Specsintact. (8) The Design Team will be required to prepare construction cost estimates, using Government-furnished M-CACES. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of M-CACES software. Address projects on which M-CACES has been utilized. Ensure that this and all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255. (9) The Design Team will be required to submit drawings in Bentley Microstation utilizing current versions. (10) The Design Team will be required to provide data files on CD-ROM discs. (11) The Design Team will be required to create and view CAL raster files of all CADD drawings. (12) The Design Team will be required to create PDF files of specifications and other documents. This includes scanning documents where direct file conversion to pdf is not possible. (13) The Design Team will be required to routinely access the internet. This includes the ability to submit data by File Transfer Protocol (FTP) utilizing an FTP client (software). (14) The Design Team will be required to access and monitor e-mail multiple times daily during the contract. (15) All narrative text, other than specifications, shall be completed using Microsoft Word and Excel on Windows 95/98/2000/Me/NT compatible equipment OR the wordprocessing software utilized must be importable by MS Word (2000) and the spreadsheet utilized must be importable by MS Excel (2000) working in a Windows 95 or later environment. (16) The Design Team must include personnel experienced and equipped to perform ground topographic and aerial survey of large sites. (b) Professional Capabilities: The project Design Team is not restricted to a minimum number of members per design discipline but must demonstrate capability and capacity to perform the required work. The project will require (either in-house or through consultant) as a minimum, the following personnel/capabilities: Project Manager, Registered Architect, Landscape Architect, Architectural Hardware Specialist, Registered Electrical Engineer, Registered Mechanical Engineer, Registered Civil Engineer, Registered Structural Engineer, Fire Protection Specialist (A registered professional), Life Safety Specialist, Geotechnical Engineer (a registered Engineer) and drilling and testing capabilities, Cost Estimator with demonstrated experience with M-CACES estimating software, one Registered Surveyor and ground and aerial survey capabilities,environmental survey (asbestos, lead-based paint, etc) personnel, environmental testing facility, environmental design personnel and UXO Specialist. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. It is suggested that applicants modify the resume page of SF 255 (Block 7) to provide one resume page per employee to provide adequate information relevant to past projects, specific expertise required, etc. Repeat Resume Page as needed to provide all required resumes. (c) The Design Team must demonstrate adequate capacity to perform design and other services meeting required schedules. (d) The Design Team must demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, items (e) through (h) are secondary criteria: (e) Geographical Location: Firms should show familiarity with the general project region and terrain. Location of the Design Team members should not create unusual coordination or travel restrictions to access the project site. (f) Volume of DOD contract awards. In Block No. 10 of the SF 255, the Prime must show their last 12 month's DOD awards stated in dollars. (g) Subcontracting: The prime must show the extent of participation of SB, SDB, HBCU/MI and WOSB in the proposed contract Design Team, measured as a percentage of the estimated effort. (h) In Block No 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. 4. SUBMITTAL REQUIREMENTS: (a) See Note No. 24 for general submission requirements. Interested firms, to be considered, must provide one submittal package no later than 4:00 p.m. on the 30th day after the date of this announcement appears in the hard copy of the CBD. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is 4:00 p.m. of the next business day. The 11/92 version of the forms or computer generated equivalents must be used. Submittals should be sent to US Army Corps of Engineers, ATTN: CESWF-EC-AM, Wayne McDonald, Room 4A17, 819 Taylor Street (P.O. Box 17300), Fort Worth, TX 76102-0300. Mr. McDonald can be reached at 817-978-2240. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and each proposed consultant. It must be provided for the specific office proposed to do the work. Indicate in Block No. 4 of each SF 254 if the firm is a Large, Small, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $4 million. (c) Submit only one SF 255 for The Design Team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the prime and consultants proposed for the contract. (d) Include CBD announcement number in Block NO. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract by discipline (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes of the on-staff or consultant employees you intend to use to perform the work in the anticipated design time. Block No. 7 may be repeated as needed to identify all the required disciplines and key Design Team members. Resumes must be submitted for each employee required to meet the minimums stated in 3b. (g) Personal visits to discuss this announcement will not be scheduled. (h) Solicitation packages are not provided for A-E contracts. In Block 10 of the SF 255, address each of the following requirements and include subparagraph numbers and headings as indicated below. Reference individual resumes to minimize duplication if desired. Block 10 should be limited to twenty pages excluding the draft Design Quality Control Plan. The A-E shall not include company literature with the SF 255: (1) Volume of DOD awards in the past 12 months relative to date of this announcement. Provide itemized summary following block 10 including Agency, Contract Number, Project Title, and Award amount. (2) Address key personnel (by name) experience and training in use of M-CACES Estimating software: (3) Address Key personnel (by name) experience in Fire Protection/Life Safety Design including NFPA 80/101 and MIL-HDBK-1008C: (4) Address key Civil Engineering personnel (by name) experience in range design with emphasis on erosion control concerns: (5) Address key Civil Engineering personnel (by name) experience in range design with emphasis on Line-of-sight and grading/cost issues: (6) Address Key personnel (by name) experience with evaluation of contractor submittals/construction surveillance: (7) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating pdf files to include scanning capability: (8) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating Bentley Microstation CAD files. Also detail experiences in conversion from the system you commonly use to the target system: (9) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating cal files and viewing uncompiled cal files: (10) Address Design Team knowledge and or experience with Interim DOD Antiterrorism/Force Protection Construction Standards: (11) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with editing Specsintact files: (12) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with creating CD's: (13) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with MS Word/Excel or alternate word-processing and spreadsheet software: (14) Address Design Team capabilities (clarify planned capability, existing capability and prior experiences if any) with internet access, e-mail, virus software and ftp client: (15) Address Design Team past performance with respect to cost control, quality of work, and compliance with schedules. Clarify participation by proposed Design Team personnel proposed by this SF 255. Project designs should have been initiated within the past 5 years. Provide relevant references if response not related to projects in Block 8: (16) Address Design Team experience with Metric design: (17) Address Design Team topographic/aerial survey capability: (18) Address Design Team UXO clearance capability/experience: (19) Address the Design team's experiences in coordination with other agencies on design of an Army Range project: (20) Provide other relevant information: (21) Address subcontracting issues and extent of participation of SB, SDB, etc: (22) Provide Design Quality Control Plan as specified elsewhere: This is not a request for proposal (see Note No. 24).
Web Link
Corps of Engineers, Fort Worth District, Contracting (http://ebs.swf.usace.army.mil)
Record
Loren Data Corp. 20011101/CSOL002.HTM (W-303 SN511925)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 30, 2001 by Loren Data Corp. -- info@ld.com