Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Services for an Indefinite Delivery Contract (IDC) with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division for Healthcare Facilities In Support of the U.S. Army Medical Command (MEDCOM)

Notice Date
8/17/2015
 
Notice Type
Presolicitation
 
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
W91278-15-R-0036
 
Response Due
9/17/2015
 
Archive Date
10/17/2015
 
Point of Contact
Allison Jones, (251) 690-3442
 
E-Mail Address
USACE District, Mobile
(sally.a.jones@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
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 Ms. Allison Jones. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract (IDC) with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division for Healthcare Facilities In Support of the U.S. Army (USA) Medical Command (MEDCOM). This announcement is open to all businesses regardless of size. This announcement will potentially result in up to five (5) contract awards in combination from the Small Business Set Aside and Unrestricted basis. All firms responding to this solicitation MUST identify which category they are submitting. Firms must state the words UNRESTRICTED or SMALL BUSINESS after the solicitation number in PART I, A. Block 3 of form SF 330. A separate proposal MUST be submitted for each category in which the firm wants consideration. If no category is indicated as required, the submittal will be entered as UNRESTRICTED. No one firm will receive more than one award as a result of this solicitation. 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. Only firms considered most highly qualified will be awarded a contract. It is the intent of the Government to award up to three (3) $10,000,000 contracts from the Unrestricted, and up to two (2) $5,000,000 from the Small Business Set Aside. The total IDC contract value is not to exceed $40,000,000. Work under this contract will be subject to satisfactory negotiation of individual task orders with firm fixed prices. In the event that a contract cannot be awarded in the restricted category, the IDIQ contract capacity will be awarded to other highly qualified firms in the unrestricted category. The contracts will be awarded for a term not to exceed a total of five (5) years. Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $15 million of average annual receipts for its preceding three (3) fiscal years. All interested Unrestricted A-E firms 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. Large businesses selected for this contract must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. Large businesses selected for this contract will be required to submit a detailed subcontracting plan during contract negotiation. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: A-E Services provided under this contract will support MEDCOM facilities mission for categories 500 (medical treatment) facilities, category 300 (medical research), and related facilities at various installations. The service provided will include but are not limited to programming, planning, assessment, and design of healthcare projects in the areas of master planning; healthcare planning; space evaluation and programming; military construction (MILCON) project planning; medical equipment planning; assessments and studies; code and joint commission deficiency tabulations; facility condition assessments; environmental assessments; economic analyses; design for new construction and expansions/renovations to existing medical facilities; interior design; and project support services (submittal review, transition and initial outfitting planning and support, commissioning, scope development, on site Quality Assurance inspections, etc). Other design services will include building renovations and additions, new construction, sub-area development planning, preparation of project definition and programming documents, charrettes, preparation of the technical portions of design-build solicitations, value engineering studies, environmental permit applications, and the development of construction plans and specifications for new vertical and horizontal construction projects. The vast majority of the work will be on military installations, however work may also include a variety of projects under the Interagency/International Services (IIS) program. The selected firm must have the capability thru In-House staff or consultants to perform surveying and mapping, geotechnical and subsurface utility investigations, and hazardous material testing and abatement/remediation planning. Design drawings shall be produced in the AutoCAD 2012, Autodesk Revit Building Information Modeling (BIM), or MicroStation 8xm format. The format will be specific to each project and will be specified in the AE scope of work for the specific project. If BIM is required for a specific project, all BIM models shall be delivered in their proprietary format along with exported IFC models, and 2D CAD drawings (construction documents). 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 (ProjNet) located at www.projnet.org. The vast majority of the work will be located in the southeastern United States; however work may be located in any of the 50 states, Central or South America, Puerto Rico, the U.S. Virgin Islands, 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. Criterion E thru G are secondary and will only be used as a tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration required where applicable. Resumes (Block E of the SF 330) 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 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. Evaluation of each discipline will consider education, registration, relevant experience, and longevity with the firm. Disciplines required are as follows: (1) Project / Task Order Manager; (2) Architect, registration required; (3) Civil Engineer, registration required, preferred in the States covered by the Mobile District's Area of Responsibility; (4) Mechanical Engineer, registration required; (5) Electrical Engineer, registration required; (6) Structural Engineer, registration required; (7) Fire Protection Engineer (four years experience with all current nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis on NFPA 101 Life Safety with at least two years experience in the design of sprinkler fire protection systems); (8) Interior Design (registered architect with specialized experience in interior design, or registered interior designer or NCIDQ certified interior designer) with evidence of experience by both the firm and key personnel in comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations; (9) Communications Specialist, Registered Communications Distribution Design (RCDD); (10) Geotechnical Engineer; (11) Environmental Engineer specializing in Lead Based Paint (LBP) and Asbestos Containing Material (ACM) Survey and Remediation (A resume for a Certified Industrial Hygienist or an OSHA Certified Technician with five years of experience may be submitted in lieu of a registered Environmental Engineer); (12) Corrosion Engineer (NACE Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist, or registered professional corrosion engineer) with a minimum of five years experience (type specific) in the design of cathodic protection systems; (13) Surveyor, registration required, preferred in the States covered by the Mobile District's Area of Responsibility; (14) Landscape Architect; (15) Master Planner, AICP or other equivalent Certification; (16) Cost Estimators. The firm's cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, and PCEA. 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, however, if an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. The selected firm shall demonstrate a maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both, not to exceed the past five (5) years, will be reviewed in PART I, Section F. The prime must have completed or accomplished at a minimum six (6) of the projects (either as the prime or subcontractor) themselves. Use no more than one page single sided per project. A Project is defined as a project performed under a single, stand-alone contract and/or a task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s). It shall be noted that a task order executed under an ID/IQ is considered a single project, not the Indefinite Delivery Contract itself. Do not combine multiple task orders to create a single project example. Combining multiple task orders to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The Indefinite Delivery Contract number and individual task order number associated with the provided project in the title must be included for each project. If the project is not 100% complete, then note the current percentage and estimated date when project will be completed. Clearly indicate the firm's role and type of project, for example, Full Design, Design-Build Request For Proposal Development, or Contractor's Designer of Record. Use no more than one page single sided per project. B. Specialized Experience and Technical Competence: In PART I, Section H, provide a narrative describing the firm's experience in the following: (1) Design of CONUS military projects, both vertical and horizontal, including production of programming documents, and construction plans and specifications; (2) Design of government and/or commercial facilities; (3) Design of Industrial facilities; (4) Preparation of Cost Estimates and Value Engineering Studies; (5) Approach for Designing High Performance and Sustainable Buildings; (6) Application of Department of Defense Antiterrorism / Force Protection and Security Engineering Construction Standards; (7) Preparation of permit applications relating to construction projects; (8) Topographical and Hydrographical Surveys; (9) Geotechnical and Subsurface Utility Investigations; (10) Master Planning and Preparation of DD Form 1391s; (11) Hazardous Materials Surveys and Abatement/Remediation Planning; (12) Facility Condition Assessments. C. Past Performance: Past performance on government contracts with respect to cost control, quality of work and compliance with performance schedules. Evaluations will be based on established CPARS ratings of the Prime Contractor and other credible documentation included in the SF 330. D. Knowledge of Locality: Approach to Design in the Mobile District's CONUS Area of Responsibility. E. Small Business, Small Disadvantaged 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. F. Geographic Proximity: Firms shall provide office location from which task orders shall be implemented. G. Volume of DoD Contract Awards: Firms shall provide the volume of work awarded by DoD agencies during the previous 12 months. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy and one (1) complete pdf on CD of their SF 330 (Architect-Engineer Qualifications) proposal for each category (i.e., Small Business or Unrestricted) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-TS, ATTN: Ms. Allison Jones, 109 St. Joseph Street, Mobile, AL 36602. SF 330, current edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. All firms responding to this solicitation MUST identify in which category they are submitting. All firms must state the words UNRESTRICTED or SMALL BUSINESS after the solicitation number in PART I, A. Block 3 of form SF 330. If no category is indicated as required, the submittal will be entered as UNRESTRICTED. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. Include DUNS number in Block 5 of the SF330 PART I, Section B. All fonts shall be at least 11 or larger in Arial (not Arial Narrow) to include text, tables and figures. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches folded neatly to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. PART I OF THE SF330 SHALL NOT EXCEED 60 PAGES FRONT SIDE ONLY. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. In Block G-26, along with the name, include the firm with which 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. This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. Central Time on 17 September 2015. The Government will not accept any submittals received after this date and time. The Selection Board will not consider any submittals received after this date and time. The A-E Evaluation Board (Selection Board) is tentatively scheduled COMMENCE ON OR ABOUT 05 October 2015. As required by acquisition regulations, interviews for the purpose of discussing the qualifications of prospective contractors 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. Interview scheduling is at the discretion of the Selection Board. 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. Questions shall be submitted no later than 03 September 2015 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. For questions, no other means of communication (e-mail, fax, or telephone) will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W91278-15-R-0036. The Bidder Inquiry Key is: YT8ISJ-BE7MU7. Firms are requested 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 FIRMS 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 Ms. S. Allison Jones at: sally.a.jones@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. Contracting Office Address: USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001 Place of Performance: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL 36628-0001 US Point of Contact: Allison Jones, (251) 690-3442
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-15-R-0036/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN03842435-W 20150819/150817235730-0c79b9e6ed71df282c2751b259fd2a52 (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.