SOLICITATION NOTICE
C -- Indefinite Delivery Contract for Ballistic Missile Defense (BMD) A-E Services.
- Notice Date
- 5/20/2011
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-11-R-0008
- Response Due
- 6/20/2011
- Archive Date
- 8/19/2011
- Point of Contact
- Donna Lehmann, 256-895-1295
- E-Mail Address
-
USACE HNC, Huntsville
(donna.lehmann@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.0 DESCRIPTION OF SERVICES 1.1 General. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers' Huntsville Center is one of the Army's leaders in studies as well as execution, and partners with the Corps' project delivery teams, regional business centers/divisions, stakeholders and geographical districts to provide expertise and the highest quality research facility, life cycle support to the Department of Defense (DoD), other Federal agencies and foreign governments. In order to accomplish this objective Huntsville Center proposes to award a Multiple Award Task Order Contract (MATOC). The award will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a one (1) year base and four (4) one (1) year options, under which Cost Plus Fixed Fee (CPFF,) Firm Fixed Price (FFP) or Labor Hours (LH) task orders will be negotiated. It is anticipated that this acquisition will result in the award of at least three or more indefinite delivery type contract, with the Government reserving the right to award more, less, or none at all if it is determined to be in the best interest of the Government. Contracts are anticipated to be awarded with FY12 funds. The North American Industrial Classification System code is 541330. The total requirements expected to be awarded under these BALLISTIC MISSILE DEFENSE SYSTEM Programs on A-E contracts are anticipated to total approximately $48,000,000 over a period of five (5) years. This acquisition is a full and open unrestricted competition. 1.2 In accordance with FAR 36.209, the A-E Contractor and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction design-build contracts that relate to any A-E Task Orders awarded under this contract. 1.3 Services. General requirements outlined in the contract will be implemented by the Government's issuance of task orders under this contract. Specific requirements are expected to include, but will not be limited to: preparation of design criteria, architectural-engineering designs, specifications, design-related analyses and studies, economic analyses and cost estimates for missile launch, missile support, radar, test, evaluation and training facilities. Additional support may include en vironmental documentation, permits, special studies, master planning and other environmental activities as required by federal, state and local laws and regulations; feasibility studies, other special studies, geotechnical investigations and topographi cal mapping services, programmatic support services, as-builts, and engineering and design during construction. 2.0 SCOPE 2.1 General. Architect-Engineer (AE) design services may be required in support of the Ballistic Missile Defense (BMD) System for new or rehabilitation designs of tactical, tactical support, and non-tactical facilities including missile control buildings, industrial workshops, power plants, communications facilities, administration buildings, and various other facilities; new and rehab road work, utility work, and building systems work. The designs require contractor experience in radar, missile launch, and tactical support facilities and various other facilities. Documents, other than those listed below, identified as necessary to the performance of this contract will be invoked in specific annexes. Such documents may include, but not be limited to, standards, specifications, and other reference documents needed to identify and clarify the specific work tasks or deliverable products. All work shall be in accordance with (IAW) the most current edition of all applicable Uniform Facilities Criteria (UFC) located at the following link: http://www.wbdg.org/ccb/browse_cat.php?0=29&c=4&rnd=118892584064875562 CEHNC 1110-1-1, Engineering Guidance Design Manual http://www.hnd.usace.army.mil/engr/Documents/Locked%20Mar%203%202008%20Design%20Manual.pdf Tri-Service CADD Standards; https://cadbim.usace.army.mil/CAD AR 200-2, Environmental Effects of Army Actions; http://www.armystudyguide.com/content/publications/army_regulations/ar-2002.shtml AR 415-15, Army Military Construction Program Development and Execution; http://www.aschq.army.mil/supportingdocs/r415_15.pdf ETL 1110-3-491, Engineering and Design - Sustainable Design for Military Facilities: Available at http://www.cecer.army.mil/SustDesign United Facilities Guide Specifications (UFGS); http://www.wbdg.org/ccb/browse_org.php?o=70 2.2 All work shall detail the specific design standards and processes associated with this acquisition for planning, design, construction, sustainment, restoration, and modernization criteria. In addition, the UFC Antiterrorism Force Protection Standards shall be followed. Work may include preparation of design analysis, design tools, design criteria documents, studies, cost estimates (parametric and quantity take off, Life Cycle Cost Analysis, etc.), interim life safety plans, commissioning plans (includes re-commissioning and retro-commissioning plans for existing buildings), Facility Systems Operations and Maintenance Manuals, facility demolition plans that include hazardous waste identification and removal procedures, concept designs, final designs, construction phase services, and technical review of designs prepared by others. 2.3 Location of Work. The program involves multiple sites both CONUS and OCONUS with the pos sibility of an enhanced capability outside the Continental United States (OCONUS). The design requirements may need to consider OCONUS sites and applicable host nation design codes and standards including those in Europe and Asia locations. 2.4 Programmatic Approach: In order to success fully achieve the goal of deployment, facility designs required by this contract and weapons system designs (prepared by others) must run concurrently. Various elements of facilities designs are likely to be completed prior to the completion of system designs within these facilities. Facility criteria may be technically complex or atypical due to the specialized needs of the Missile Defense weapons system. Criteria could include complex seismic dynamics, explosive safety and electronic security considerations, and challenging environmental conditions. In addition, the spiral development concept being used to develop the Missile Defense system results in frequent technology and criteria evolution, requiring maximum flexibility in the support facilities design. 3.0 DESCRIPTION OF WORK : 3.1 The general requirements of this contract are specified in paragraphs 1.0 and 2.0 above. In addition to the general requirements noted above, specific requirements shall be specified in Scope of work for the task orders. A-E shall have knowledge and experience in, but not limited to the following type of work. 3.1.1 The Studies and designs will be prepared in the English and/or Metric units of measurement. Cost estimates will be prepared on IBM-compatible personal computers using Corps of Engineers' Computer Aided Cost Estimating System: software provided by the Government, M II Cost Estimating System, or similar approved software. Design drawings will be produced in a format fully compatible with the latest versions of MicroStation or AutoCAD version and 3D graphics REVIT or BIM (BENLEY VERSION) to be determined at time of task order award. Knowledge and experience with Leadership in Energy and Environmental Design (LEED), and other sustainable design & energy conservation legislation is required. Specifications will be produced in SPECINTACT using Unified Facilities Guide Specifications. Responses to Government review comments will be provided on Corps of Engineers Automated Review Management System, Design Review and Checking System, or as specified in the task order. 3.1.2 Surveying and Geotechnical Investigations. The A-E shall provide topographic (topo) survey and mapping of desired areas. The final survey data shall be digitized into a 3D design file. The survey data shall be stereodigitized by photogrammetry methods and the final drawings shall be provided at a scale defined in each task order. The A-E shall also conduct geotechnical investigations as specifically directed for specific projects. 3.1.3 Sustainable Design Applications. The A-E should provide facility designs that as a minimum achieve a silver rating using LEED in accordance with ECB No. 2011-1 High Performance Energy and Sustainability Policy. 3.1.4 National Environmental Protection Agency (NEPA) Documentation Investigations. The A-E shall conduct an environmental assessment or prepare a supplement to comply with the requirements of the National Environmental Policy Act (NEPA) and Army Regulation (AR) 200-2. 3.1.5 Value Engineering (VE) Studies. The A-E shall participate in VE studies of facility designs developed by the A-E that have a construction working estimate of $2M or more. 3.2 Design-Build. The A-E shall provide the statement of work and request for proposal package for solicitation of design-build projects. 4.0 SELECTION CRITERIA: The selection criteria for the basic IDIQ contracts are listed below in descending order of importance (first by primary criterion and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (f) and (g) are secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. Price will not be used as a criterion. a. Specialized Corporate Experience and Technical Competence: Submit specialized experience and technical competence in the design of facilities in support of the deployment of the Ballistic Missile Defense (BMD) system. The prime firm and key subcontractors (i.e. any subcontract which equals 10% or more of the prime contract) should have experience working together. If a prime firm is using key subcontractors experience to qualify, the prime firm shall submit letters of commitment from those subcontractors and any key personnel. The contractor shall provide up to five (5) examples of projects that demonstrate recent specialized experience and technical competency in sub-criterion 1, 2, 3 and 4. Recent experience is experience within the last three (3) years from the date of this announcement. (1) Specialized Experience and Technical Competence in and primary responsibility for the design of facilities such as missile assembly building, missile control building, missile launch, missile storage, missile site support, radar and power plants (2) Specialized Experience and Technical Competence in application of the following to the facility types listed in the previous sub-criteria: Failure Mode Effects Criticality Analyses (FMECA), Reliability, Availability and Maintainability (RAM) analyses, High Altitude Electromagnetic Pulse (HEMP) and electromagnetic pulse survivability (3) Specialized Experience and Technical Competence in conducting feasibility and special studies and analyses to include TEMPEST, SCIF, physical and electronic security systems and intrusion detection systems requirements. Contractor shall demonstrate experience coordinating interface issues with weapon systems contactors. (4) Demonstrate specialized experience and technical competence in anti-Terrorism Force Protection (ATFP), protective construction for accidental explosions and designs in locations with extreme environmental conditions (5) The contractor shall demonstrate design quality control management plan (DQMP) tailored to this procurement. Specifically, how the contractor will maintain the quality of the design and control cost (including design, construction and life-cycle costs) and define the system that will be in place to assure the design quality is maintained. The boards will evaluate the effectiveness of the proposed team (including management structure; coordination of disciplines, offices and / or sub contractors; and prior working relationships on similar projects). Provide the designation of the primary professionals who, apart from the key personnel design team members, will be responsible for quality review. b. Professional Qualifications: Identify the professional qualifications and credentials of key personnel in the disciplines shown below that will be necessary for satisfactory performance of the required services. The Government will consider the qualifications, education, overall and relevant experience, and training of licensed, registered, and/or certified key personnel and longevity with the firm of the key management and technical personnel. Resumes (as well as letters of commitment from key personnel who are not currently employed by the prime, sub or JV at the time of submission) shall be provided in SF-330, Section E for all key personnel in the following disciplines: project manager (architect or engineer), architect, civil engineer, electrical engineer, instrumentation engineer, mechanical engineer, environmental engineer, geotechnical engineer, structural engineer, fire protection engineer, communication engineer, and industrial engineer. These key personnel must currently be registered in their profession in at least one state. The lead architect or engineer in each discipline must be identified and must be registered or certified to practice in the appropriate professional field for which the resume was submitted. A resume shall be provided in SF-330, Section E for an individual in Cost Engineering that should be either a Certified Cost Engineer (CCE) or a Certified Cost Consultant (CCC). A resume should also be provided in SF-330, Section E for an individual that is a LEED Accredited Professional (AP), which can be one of the personnel listed above. The prime firm shall have a registered Professional Engineer (PE) or registered Architect on staff. c. Past Performance: Identify relevant Past performance of the prime firm and any key subcontractors or JV (Joint Venture) Partners on recent (i.e. performed within the past three (3) years from the release of this announcement) contracts with the primary purpose of Missile Defense System design as determined from Past Performance Information Retrieval System (PPIRS) and other sources. PPIRS will be queried for all prime firms to assess performance risk. Performance evaluations for subcontractors or JV partners will also be considered. The Government may elect to consider any credible information obtained from other sources in addition to those identified by the offeror if adequate information is not available in PPIRS. In the event that adverse past performance information is obtained from other sources, the offeror will have the opportunity to respond to any adverse information received which it had not had a previous opportunity to comment. d. Capacity: Demonstrate capacity or an effective organization structure, project team and quality management plan to accomplish up to an estimated eight (8) task orders (accumulative value of minimum $4,000,000 in design cost) simultaneously in a one year period of time. Identify the full potential value of any current contracts that the firm has with the Government. Capacity will be evaluated in accordance with (FAR 36.602-1 (a)(3)). e. Knowledge of Locality: Demonstrate capability to perform work throughout the Continental United States (CONUS), as well as Outside the Continental United States (OCONUS). Firms should demonstrate their capability to perform work in various geographic locations. Greater consideration will be given to the A-E firms with demonstrated experience meeting international and host nation requirements and compliance with the Arms Export Control Act as implemented by the International Traffic in Arms (ITAR) regulations. SECONDARY SELECTION CRITERIA f. Small Business Participation Plan: plan describing the extent of participation of small business (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of work: Volume of work awarded by DoD during the previous 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. 5.0 SUBMISSION REQUIREMENTS: Offerors must be registered in the Central Contractor Registration (CCR) to be eligible for award. Firms may register via the CCR internet site at http://www.ccr.gov. SF-330 submissions will be received until 1400 (2:00 pm) Central Time on 20 June 2011. Interested firms having the capabilities to perform the work described above must submit seven (7) hard copies and one (1) PDF copy on a compact disk (CD) of the SF 330 Part I and SF 330 Part II for the prime firm and subcontractors or JV (Joint Venture) Partners to the Contract Specialist as follows: US Army Engineering and Support Center, CEHNC-CT-S, ATTN: Ms. Donna Lehmann, 4820 University Square, Huntsville AL 35816-1822. All hard copy submissions shall be identical in content. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 5 pages for Section H. Each side of a sheet of paper is considered one page. Use no smaller than 12 font type. However, firms may use no smaller than 10 pt font on organizational charts, graphs, tables and matrices. Include the firm's DUNS number in the SF 330, Part I, Section H. In Section H, indicate the estimated percentage of involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Any JV Partnership must submit incorporation paperwork as a part of the package. This paperwork will not be included in the page count and should be provided as an attachment. This is not a request for proposal. Awards are anticipated to be made in the Fall of 2011 or later. Point of Contact (POC) Donna Lehmann, 256-895-1295 donna.lehmann@usace.army.mil Tonju L. Butler Contracting Officer Tonju.l.butler@usace.army.mil Potential Offerors are to post questions at www.projnet.org using bidder inquiry key OEPS15-C4884N. The deadline for posting questions is 1600(4:00 pm) Central Time, June 3, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-R-0008/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02453257-W 20110522/110520234723-1eb6b01d1699b7091a054b6f4a1806f9 (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 |