Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOLICITATION NOTICE

C -- CG A-E MULTIPLE AWARD INDEFINITE DELIVERY-INDEFINITE QUANTITY CONTRACT FOR DISTRICT ONE

Notice Date
6/10/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 475 Kilvert Street Suite 100, Warwick, Rhode Island, 02886-1379, United States
 
ZIP Code
02886-1379
 
Solicitation Number
HSCGG1-15-R-PRV080
 
Archive Date
9/30/2015
 
Point of Contact
David W. Mark, Phone: 4017361766, Jean M Bretz, Phone: (401)736-1765
 
E-Mail Address
david.mark@uscg.mil, JEAN.M.BRETZ@USCG.MIL
(david.mark@uscg.mil, JEAN.M.BRETZ@USCG.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS THE NOTICE RELATED TO SOURCES SOUGHT HSCGG1-15-S-AE-CEUPROV. ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT/ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. 1. SMALL BUSINESS: This project is 100% set-aside for small business concerns. The applicable NAICS Code is 541330. The size standard is $15,000,000. FAR clause 52.219-14 Limitations on Subcontracting is applicable to this acquisition. At least 50 percent of the cost of contract performance incurred for personnel shall be expended by employees of the concern. If a firm is competing for this contract as a joint venture, the firm must submit legal documentation along with their SF 330 documenting their status as a joint venture. The joint venture must also be registered in www.sam.gov at the time of SF 330 submission. The legal documentation verifying the joint venture will not be considered part of the page limit for SF 330 submission. 2. DESCRIPTION OF WORK: The U.S. Coast Guard has a requirement for a multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to provide professional architect-engineering services to support the CG civil engineering program. Projects will include a variety of assignments primarily in the CG District One, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, eastern New York and northern New Jersey. Most work will consist of, but will not be limited to: a. preparation of competitive bid construction documents including design analysis, cost estimating, drawings and specifications involving architectural, civil, structural, environmental, mechanical and electrical design for a wide variety of facilities including industrial, aviation, residential, multi-purpose, offices and barracks//Unaccompanied Personnel Housing (UPH), commercial galleys, armory and firing ranges, institutional buildings (including historic, medical and educational), waterfront/marine structures (including boat maintenance) and utility support systems; b. preparing documentation for and participating in regulatory permitting processes, dealing with state regulatory agencies, including SHPO, DEP/DEC, etc. c. architectural-engineering studies including development and recommendation of cost effective alternatives, facility condition assessments, load bearing analysis, hazardous material surveys (including, but not limited to, asbestos and lead-based paint), utility surveys, technical documents, project proposals, surveying, interior design and space configuration analysis; d. providing retro-commissioning and commissioning services; e. providing individual staff augmentation at CEU Providence and/or the CG Academy from time to time for both general and project specific tasking to support in-house design and asset management; and, f. construction administration and inspection services, review of contract submittals, preparation of as-built drawings, and related services. 3. SELECTION CRITERIA: Selection criteria are listed below. Each potential contractor will be evaluated in terms of its: A. Professional qualifications necessary for satisfactory performance of required services: a. Registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Civil, Structural, Mechanical, Electrical, Architectural, Environmental, Fire Protection, Project Management, Inspection Services, Facilities and Space Planning, Cost Estimating, Drafting, and Surveying. B. Specialized experience and technical competence, including experience with energy conservation: a. Demonstrate ability and qualification of in-house personnel to perform specialized engineering services. b. Demonstrate ability and qualifications of sub-consultants to provide necessary technical work beyond the capability of in-house personnel. C. Management Capabilities and Capacity to accomplish the work in required timeframes: a. Describe the types of schedules you perform and address who manages the schedules with what capability. b. Demonstrate capabilities to manage complex projects, to negotiate with and manage several regulatory agencies, the public and multiple stakeholders, resolve controversial issues, and ensure project goals and schedules are met. c. Demonstrate ability to manage sub-consultants project work through cooperative agreements and established relationships. d. Describe the process for performing interdisciplinary coordination reviews (IDR) and specific accountability for the QA/QC of project bid documents and other service. e. Describe firms approach and response in the event of a design error or omission including use of Professional Liability insurance. D. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules: a. Demonstrate compliance with performance schedules and adherence to timelines for deliverables. Indicate successful compliance percentage for adhering to performance schedules. b. Demonstrate ability and success working on projects of similar size and scope anticipated under this contract. c. Demonstrate ability to simultaneously manage individual and multiple task orders on time and on budget without sacrifice of quality or safety. d. Demonstrate ability to produce, including at least one example, clear and concise written reports for work with government agencies and/or private sector clients. e. Demonstrate accuracy and cost-effectiveness of engineering estimates. E. Location in the general geographical area of the project and knowledge of the locality of the project: a. Evidence of firm's office location within the District One Area of Responsibility -- Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, eastern New York and northern New Jersey. Identify whether this office is the primary office or a branch office. 4. CONTRACT STRUCTURE: The contract will be a Multiple Award Task Order Contract (MATOC) and the Government intends to award of a minimum of three (3) and a maximum of eight (8) IDIQ contracts. The contracts will be structured with a five (5) year performance period (5 distinct ordering periods) with an aggregate total estimated ceiling of $9,900,000 for the three to eight contracts. No options will be used and the contracts will either end after the five (5) year performance period or after the aggregate total value of all task orders awarded reaches $9,900,000, whichever comes first. The contracts shall have a guaranteed minimum contract amount of $5,000. Each task order will have a scope of work that will describe the specific project requirements and the length of its performance period. The performance period of individual task orders vary based on the level of effort required by the scope of work. Awardees shall be provided a fair opportunity to be considered for each task-order exceeding $3,000 in accordance with Federal Acquisition Regulation (FAR) Part 16.505(b) (1). 5. REQUIRED REGISTRATIONS: A-E firms are advised that any entity wishing to do business with the federal government must be registered in the System for Award Management (SAM) at the time of SF 330 submission. To register an entity in SAM, follow these steps: Step 1: Access the SAM online registration at www.sam.gov. Step 2: Create a User Account. Step 3: Click on "Register New Entity" from the left side navigation pane. You must have a Data Universal Numbering System (DUNS) number in order to begin the registration process. Step 4: Complete and submit the online registration. 6. SUBMISSION REQUIREMENTS: Qualified A-E Firms are invited to submit a completed SF 330. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. This attachment will be included in the total page count. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses shall not exceed 80 pages single sided print or 40 pages double-sided print. Responses will be presented using standard page size (8.5-in. by 11-in.), standard page margins (not less than included on the SF 330), and standard font size (10 pt. for all content added by the firm). Default font size as included in the SF 330 forms available from GSA is acceptable) other than headers, footers, tables, spreadsheets, figures, and graphics which can be provided at not less than 8 pt font. Up to three (3) pages of the total page count may be presented on 11-in. by 17-in. page size as long as it is strictly limited to the presentation of tables, spreadsheets, figures, or graphics. All pages submitted will be considered as part of the page count with the exceptions of joint venture paperwork as noted above, front cover, back cover and divider pages/tabs. Resumes submitted under Part 1 Section E are limited to those positions listed in the evaluation criteria above. Resumes will be considered as part of the page limitation. Resumes for other positions will not be considered and should not be submitted. Should a firm be selected for contract award, additional positions, labor categories and their associated rates will be subject to negotiation. Substitutions of Key Personnel shall be approved by the Contracting Officer. Evaluating past performance and experience may include information provided by the firm, customer inquiries, and Government databases. Responses should be submitted in hard copy format with one (1) original and five (5) copies, and one (1) electronic copy on a CD/DVD to the following: USCG CEU Providence Attn: David Mark/Jean Bretz 475 Kilvert ST STE 100 Warwick, RI 02886 Documents shall be annotated with the solicitation number HSCGG1-15-R-PRV080. Faxed submissions will not be accepted. All inquiries shall be submitted in writing no later than 7 business days prior to the response date. THIS IS NOT A REQUEST FOR PROPOSAL DO NOT SUBMIT PRICE PROPOSALS AT THE TIME SF 330 FORMS ARE SUBMITTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/HSCGG1-15-R-PRV080/listing.html)
 
Place of Performance
Address: CG District One Facilities, Various sites throughout the Area of Responsibility identified herein, VARIOUS, United States
 
Record
SN03760501-W 20150612/150611000046-ec1e0ea2d39503c370100cb62e8ac2c1 (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.