SOLICITATION NOTICE
C -- Architect Engineer (A-E) Services for Enhanced Commissioning Authority (CxA) - Indefinite-Delivery, Indefinite-Quantity (IDIQ) for USACE Seattle District, Joint Base Lewis McChord (JBLM), WA
- Notice Date
- 8/28/2012
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W68MD921044409
- Response Due
- 10/3/2012
- Archive Date
- 12/2/2012
- Point of Contact
- Jenny J. Scroggins, 206-764-6696
- E-Mail Address
-
USACE District, Seattle
(jennifer.j.scroggins@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CONTRACT INFORMATION: THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. QUESTIONS PERTAINING TO THIS ANNOUNCEMENT SHOULD BE ADDRESSED TO DUSTIN SMITH AT DUSTIN.J.SMITH@USACE.ARMY.MIL. This is an announcement for a contracting opportunity under the Brooks Act (PL-92-582) for Architect-Engineering (A-E) services. THIS IS A 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS. Federal Acquisition Regulations (FAR) 36.6 selection rules apply. PROJECT INFORMATION: The Seattle District Corps of Engineers has a requirement for an Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Enhanced Commissioning Authority (CxA) Services. CxA services shall be in support of projects located in Seattle District boundaries with work primarily conducted at Joint Base Lewis-McChord (JBLM), WA. The work may include CxA services and sustainable engineering support services for repair, replacement, upgrade, maintenance, energy savings and sustainability projects for a wide range of new and existing facilities and systems, utilities and infrastructure. CxA services can include but are not limited to: assisting the Government with meeting the requirements for LEED Fundamental Commissioning, Enhanced Commissioning, and Measurement & Verification credits, establishing the Owners Project Requirements, review of design and construction documents; development of commissioning plans and Measurement & Verification plans; equipment and system startup, development of pre-functional performance tests, functional performance tests, and Systems Manuals, TAB verification, and coordinating project commissioning activities. Sustainable engineering services can include but are not limited to: evaluating proposed designs and identifying synergies to reduce energy consumption, defining benchmarks using energy modeling that could be used to define or evaluate achievement of the energy goals, and conducting ASHRAE Level I, II and III energy audits. Projects may include new or existing administration/office buildings, three- or four-story apartment buildings, industrial buildings, equipment maintenance facilities, warehouses, air craft hangars, air traffic control towers, border patrol stations, National Guard Reserve centers, and infrastructure projects. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Criteria (1) through (5) are PRIMARY criteria and will be evaluated for all firms. Criteria (6) and (7) are SECONDARY criteria and shall only be used as 'tie-breakers' should the application of criteria numbers (1) through (5) result in firms being rated as technically equal. Experience shall be demonstrated with projects that are at least 75% construction progress completed or projects that are substantially complete, with post occupancy building operations review conducted, no longer than five (5) years ago preceding the date of this solicitation. PRIMARY CRITERIA: (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm and its consultants: (a.) Hold and maintain current certification as a Certified Commissioning Professional (CCP) with the Building Commissioning Association (BCA), ASHRAE Commissioning Process Management Professional (CPMP), NEBB, TABB, or AABC Building Systems Commissioning Certified Professional (CCP) or Association of Energy Engineers (AEE) Certified Building Commissioning Professional. (b.) Experience in total building commissioning of diverse projects (typically in the range of 10,000 to 100,000 SF, single or multiple building projects) that include new or existing administration/office buildings, three- or four-story apartment buildings, industrial buildings, equipment maintenance facilities, warehouses, and air craft hangars. (c.) Experience in successfully preparing and submitting LEED v2.2 and 2009 Fundamental and Enhanced Commissioning credit documentation for GBCI certification. (d.) Experience in successfully preparing and submitting LEED v2.2 and 2009 Measurement & Verification credit documentation for GBCI certification. (2) PROFESSIONAL QUALIFICATIONS of key personnel to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in Criterion 1 and the below criteria. Resumes (Standard Form (SF) 330, Section E, Page 3; one Section E shall be completed for each key person identified) must be provided for key personnel including proposed consultants. Key personnel disciplines are identified as architecture, civil engineering, electrical engineering, mechanical engineering, sustainable design, project manager, and quality control manager. Key personnel are required to be licensed or certified professionals as listed in Criterion 1, as applicable. Indicate the working office location for each key personnel and whether they are a consultant or a team member of the prime A-E firm. (a.) Experience in the development and completion of a summary Commissioning Report in accordance with LEED v2.2 and 2009, ASHRAE Guidelines 0 and1.1, ASHRAE Standards, and federal sustainability requirements. (b.) Experience developing/witnessing/documenting Functional Performance Tests (FPTs). (c.) Experience in the development of commissioned Systems Manuals. (d.) Experience reviewing project contract documents, including specifications, for both the minimum design and construction phase commissioning requirements and detailed requirements for specific systems in accordance with LEED v2.2 and 2009, ASHRAE Guidelines 0 and 1.1, ASHRAE Standards, and federal sustainability requirements. (e.) Experience in developing and implementing LEED v2.2 and 2009 Measurement & Verification plans and recalibrating energy models. (f.) Experience in air barrier design and testing in accordance with ASTM standards and federal requirements. (g.) Experience in site layout, outdoor water consumption systems, storm water collection and conveyance, improved management practices (IMP), and/or Low Impact Development (LID) features. (h.) Experience in design and analysis of renewable energy systems including but not limited to photovoltaic, solar hot water, and geothermal systems. (i.) Field experience in the operation and troubleshooting of electrical power systems including emergency power generation and load shedding equipment, mechanical system controls, day lighting system and controls, and energy management and control systems. (j.) Experience in design, operation, and configuration of digital control systems for HVAC equipment and electrical power equipment controls. (k.) Experience in monitoring and analyzing systems operation using energy management and control system trending and stand-alone data logging equipment. (l.) Experience utilizing and analyzing data from energy modeling computer programs such as eQUEST, TRNSYS, and Trace/Trane. (m.) Experience performing and documenting ASHRAE Level I and II Energy Audits. (3) PAST PERFORMANCE of the project team on similar projects by the proposed key personnel (as described in Criterion 2 above) in terms of cost control, quality of work, and compliance with performance schedules. Referenced projects that were performed by key personnel under the proposed team structure may receive a higher evaluation under this criterion. Letters of recommendation from customers addressing the A-E firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should include customer contact information and be for projects of a similar nature or complexity and that are at least 75% construction progress completed or projects that are substantially complete, with post occupancy building operations review conducted, no longer than five (5) years ago preceding the date of this solicitation to be considered. (4) GEOGRAPHIC PROXIMITY: Location of the firm in the general geographical area of Joint Base Lewis-McChord, Washington (i.e., A-E firm working office location fewer than 50 miles from JBLM). (5) CAPACITY of the proposed team to be capable of supporting multiple projects (up to five), under design and construction, within Washington, Oregon, Idaho, and Montana and/or at Joint Base Lewis-McChord, WA, simultaneously. Indicate the firm's present and projected workload and the availability of the proposed team members for the specified contract period. Demonstrate how the prime contractor will manage and coordinate the work of its staff and consultants to produce integrated and, cost effective solutions to task order assignments. Demonstrate the ability to respond quickly and coordinate multiple tasks between USACE and its customers. In Section H, page 6, of the SF 330, describe the firm's quality management plan (including team organization within an overall organization chart, quality assurance procedures, cost control approach, and coordination of the prime contractor with outside consultants.) SECONDARY CRITERIA: (6) KNOWLEDGE OF THE LOCALITY of the contract as it relates to architecture and engineering design. Information provided should discuss the different approaches and considerations used when evaluating projects designed and constructed in varying climatic conditions including natural ventilation requirements for temperate regions and local construction methods. (7) EQUITABLE DISTRIBUTION OF DOD CONTRACTS: List the total amount (dollar value) of Department of Defense (DoD) contract awards as the prime contractor within the past twelve (12) months. GENERAL INFORMATION: This announcement will result in the award to an Indefinite Delivery, Indefinite-Quantity (IDIQ) A-E Contract with Firm Fixed Price (FFP) task orders with a dollar capacity of up to $3 million. The contract may be awarded for a base period of one year with an option to extend the contract up to four additional years. The contract will have an individual Task Order limit of $500,000 per Task Order. The maximum value of all work issued under the contract will be limited to $3,000,000 over five years. The minimum guarantee for the contract shall be $2,500. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial task order. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from participating in the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. The anticipated award date is March 2013. The primary North American Industrial Classification System (NAICS) Code for this procurement is 541330, Engineering Services. A firm is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $14 million. This announcement is issued as 100% Set-Aside for Small Businesses (SB). 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. However, there is a limitation on subcontracting whereby "at least 50% of the cost of contract performance incurred for personnel" must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. The subcontracting goals for the Seattle District, which will be considered in the negotiation of this contract, are: a. At least 50% of planned subcontracting dollars be placed with Small Businesses (SB). b. At least 17 % of planned subcontracting dollars be placed with Small Disadvantaged Business (SDB) concerns. c. At least 18% of planned subcontracting dollars be placed with Women Owned Small Business (WOSB) concerns. d. At least 10% of planned subcontracting dollars be placed with HUBZone small business concerns. At least 8.5 % of planned subcontracting dollars be placed with Veteran-Owned Small Business (VOSB) concerns. f. At least 4.0% of planned subcontracting dollars be placed with Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. NOTE: f. is a subset of a. and e. The subcontracting plan is not required with this submittal. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor's Registration (CCR) or the System for Award Management (SAM), prior to award of any government contract. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. SUBMISSION REQUIREMENTS: Qualified firms with the capabilities to perform this work shall submit one copy of a SF-330 including organization chart of key personnel assigned to this contract and each consultant's current SF-330. Submittals should be mailed or delivered to Dustin Smith, USACE Seattle District, CECT-NWS-C (Smith) at 4735 E Marginal Way S, Seattle, Washington 98134-2329. One (1) original and four (4) copies of the submittal package, submitted in a THREE-RING BINDER with DOUBLE SIDED PAGES, are due no later than 2:00 pm Pacific Time on 3 October, 2012. Submittals received after this date and time will not be considered. No e-mail, telegraphic, or facsimile submittals will be accepted. Only data furnished by the responding firm on the SF 330 will be considered in the selection process. Firms shall include no more than fifteen (15) projects TOTAL in Block F of the SF 330. FIRMS SHALL LIMIT BLOCK H OF THE SF 330 TO NO MORE THAN TEN (10) PAGES. LIMIT EACH COPY OF THE SF 330 TO A TOTAL OF 75 PAGES. Pages in excess of 75 (not including the Organization Chart) will NOT be considered for evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD921044409/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02859455-W 20120830/120829001613-e85d967d59e2c7aedc7208d1e82f7678 (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 |