Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
SOLICITATION NOTICE

C -- Indefinite Delivery Contract (IDC) for Architect-Engineer (A-E) Services, Southwestern Division (SWD), Fort Worth District (SWF), Military Projects, 8 (a) Set Aside

Notice Date
12/4/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-16-R-0020
 
Archive Date
2/6/2016
 
Point of Contact
Robert M. Duran, Phone: 8178861070, June Wohlbach, Phone: 8178861069
 
E-Mail Address
robert.m.duran@usace.army.mil, june.wohlbach@usace.army.mil
(robert.m.duran@usace.army.mil, june.wohlbach@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Document Type: Presolicitation Solicitation Number: W9126G-16-R-0020 Posted Date: 4 Dec 2015 Original Response Date: 5 Jan 2016, 2:00 PM CENTRAL Current Response Date: 5 Jan 2016, 2:00 PM CENTRAL Archive Date: 6 Feb 2016 Classification Code: C -- Architect and Engineering (A-E) Services Title: Indefinite Delivery Contract (IDC) for Architect-Engineer (A-E) Services, Southwestern Division (SWD), Fort Worth District (SWF), Military Projects, 8 (a) Set Aside Contracting Office Address U.S. Army Corps of Engineer District, Fort Worth; P.O. Box 17300; 819 Taylor Street; Room 2A17; Fort Worth, Texas 76102-0300. Description 1. CONTRACT INFORMATION: • a. General. This announcement is an 8 (a) set aside. This regional A-E Services contract is being procured in accordance with Public Law (PL) 92-582, formally known as the Brooks Act, as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. The firms selected for negotiation will be based on demonstrated competence and qualifications for the required work. The contracts are anticipated to be awarded from approximately June 2016 to June 2017. The total amount of AE Service for military construction work on this contract shall be no more than $400,000 in compliance with DFARS 219.502-1. A-E services not subject to the $400k cap include but are not limited to: • Supporting new construction paid by non-military org • Supporting facility repair or maintenance • Studies/investigations not tied to planned/known const. project • Assessments/ feasibility reports not tied to planned/known const. project • Energy audits/ assessments • Facility condition assessments • Preparing area development plans • NEPA assessments and documents if not tied directly to a planned military construction project • Master planning It is anticipated that three (3) contracts will be awarded from this announcement each for $10,000,000 for a total estimated amount of $30,000,000 and each contract will have a base of one (1) year plus four (4) option periods for a total of five (5) years. A Minimum Guarantee amount of $2,500 will apply to the Base Period only. The contract awarded under this announcement will be administered by the Fort Worth District Corps of Engineers and the Fort Worth District may elect to transfer capacity to other USACE Districts within the Southwestern Division (SWD) which includes TX, AR, LA, OK, and NM in support of military programs and customers. This contract may also be used to support programs for the National Guard. North American Industrial Classification System (NAICS) code is 541330 Architect and Engineering Services, which has a size standard of $15,000,000. b. Contract Award Procedure: To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/. NO STATE-LEVEL certifications shall be accepted. A firm-fixed price contract will be negotiated. Missing even one (1) required element will be grounds to determine the firm as non-responsive and be eliminated from further consideration. c. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. d. Pre-Proposal Conference: A Pre-proposal conference for this synopsis will be held at a later date. An amendment will be issued with the details. The purpose of the conference is to assist AE Small Business firms on the process of applying for Government contracts, explain requirements and answer questions from potential Offerors. 2. PROJECT INFORMATION: A-E Services are expected for, but not limited to, facilities and infrastructure studies, engineering, design and construction projects that are administered by the U.S. Army Corps of Engineers. The A-E shall be able to provide for development of design-bid-build packages and develop Requests for Proposal (RFP) packages for design-build projects; provide multi-disciplined design support and consultant services; provide construction management services; provide cost estimating, cost control and scheduling services; provide design, CADD, BIM, and planning services for new construction and/or renovation, demolition, repair and alterations to existing facilities; provide engineering, design and related services and support to potentially include, but not limited to, any or all of the following: military construction programming and execution, topographic or boundary services, various engineering studies, site investigations and feasibility assessments, value engineering services, energy audits, force protection, fire protection and life safety systems, security and communication systems, subsurface geotechnical investigation and testing, hydrology/hydraulic assessment, data management and recommendations, environmental studies/surveys, and abatement design services, landscaping, architectural evaluations, architectural hardware, LEED certification, electronic and communications systems, ASHRAE Level I, II & III Energy Audits, NEPA compliance, environmental and EPA regulatory considerations for storm water and site drainage, pollution prevention plans and Section 404 Permits and construction site requirements. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. Task Order requirements will be prepared at the Government option using English or Metric systems of measurement. Construction cost estimates will typically be prepared using Corps of Engineers MII Computer Estimating System. MII software will be provided by the Government with database information purchased by the A-E. Other cost estimating software may be required. Utilization of government-provided SpecsIntact software using Unified Facilities Guide Specifications may be required on conventional design-bid-build projects and design-build projects. For military projects utilizing the design-build process the A-E may be required to access and utilize the online standard design Request for Proposal Model RFP Wizard. The selected 8 (a) firms will be required to perform at least 50 percent of the contract work with the prime's labor force in accordance with FAR Part 52.219-3. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: Architects-Engineers primary criteria: items (f)-(h) are the secondary criteria and will only be used as "tie-breakers" among firms that are essentially technically equal. (a) Specialized Experience and Technical Competence: Ensure that all special experience requirements are reflected on appropriate personnel resumes in Section E, Part I of the SF 330. The firm must demonstrate expertise in the following and must highlight the areas that meet these requirements so the reviewers can find that the requirements have been met: (i) Recent experience, within the past five (5) years from the closing date of the synopsis, and significant/specialized experience in the design of new and existing military or military type facilities (for example a civilian motel is similar to a military barracks) and utility infrastructure and design of repairs, renovations and alterations of existing facilities and infrastructure at Military Installations paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, value engineering and environmental issues. There must be a minimum of three (3) examples, of such recent experience showing specialized experience and technical competence in the design of Military type facilities with over $300,000 in design fees by your firm. The dollar value limitation will apply to cumulative past design experience within the past 5 years-not individual examples greater than $300,000. Specify the dollar amount of design/A-E Services actually performed by the firm on all the projects submitted. For example, if the firm performed $100k of mechanical design on a $2M project, submit the amount of design/A-E Services as $100k, not $2M. Failure to do so will cause rejection of the submittal. If the project is an IDIQ-show projects designed under the individual task orders. Do not just show an IDIQ as a project. The Government must see what the project actually consisted of. Military construction experience will be given more weight than military type construction projects. (ii) Firms must demonstrate the capability to design projects to LEED certification criteria and to perform ASHRAE Level I, II & III Energy Audits. (iii) Firms must demonstrate at least five (5) years' experience, from the closing date of the synopsis, in Fire Protection and Life Safety Design in the use and application of NFPA codes 70 and 101. Experience with UFC 3-600-01, Design: Fire Protection Engineering for Facilities, which replaced MIL-HDBK 1008C, is also acceptable. It is insufficient to assert that the firm can meet these requirements. Show specific projects and list what codes they have been designed under. This applies to all of section 3 a requirements-show projects that meet the requirements and highlight how the requirements are met. (iv) Firms must demonstrate experience in design and survey (including use of X-ray fluorescence devices) required for abatement of asbestos and lead-based paint. (v) Firms must demonstrate past performance in preparing studies, design-build solicitations and design-bid-build solicitations, at Army and Air Force installations is preferred. (vi) Firms must demonstrate the ability to prepare construction cost estimates, using the MII program, latest version, is preferred. (b) Professional Qualifications: This Indefinite Delivery Contract (IDC) will require the A-E Contractor to demonstrate that all expertise requirements are reflected on key personnel resumes in section E, Part I of the SF330. When a minimum number of years/experience is listed, it is from the closing date of the synopsis. Evaluation of each discipline will consider education, registration, relevant project experience within the last ten (10) years, and longevity with the firm. The asbestos/lead-based paint survey personnel shall demonstrate (listed experience on their resume) experience with x-ray fluorescent devices. Repeat Resume Page as needed to provide all required resumes. The following is a list of the key personnel, minimum requirements and the minimum number required under this acquisition. These minimum requirements can be met utilizing in-house or consultants/subcontractors. Do not list a subcontractor as your firm's employee. This will be cause for rejection of the SF330. (i) Two (2) Project Managers, minimum of five (5) years' experience, on vertical construction type projects, PMP certification highly desired. Saying an individual has for example ten years' experience without showing at least one project that was completed five years ago or longer will be cause for rejection of the submittal. Three (3) registered Civil Engineers, Three (3) registered Structural Engineers, Three (3) registered Architects, Three (3) registered Electrical Engineers, Three (3) registered Mechanical Engineers, Two (2) registered Environmental Engineers, One (1) geotechnical Engineer, One (1) certified Environmental Survey person (asbestos, lead-based paint, soil, etc), One (1) environmental design person (asbestos, lead-based paint, soil, etc), One (1) certified Cost Estimator with MII experience. One (1) licensed professional Land Surveyor and one (1) survey crew Each discipline shall have a minimum of five (5) years' experience in their field of expertise for all positions listed in this paragraph except for the survey crew. If the experience listed in the resume doesn't go back at least the five years that are required, the submittal will be rejected. Engineers and architects shall have a degree from an accredited university engineering or architectural program (ABET, NAAB). The cost estimator does not have to be a PE or registered architect. Cost estimator must be certified by AACE, Tri-Services, or any of the nationally recognized cost estimating certification organizations. Saying an individual has for example ten years' experience without showing at least one project that was completed five years ago or longer will be cause for rejection of the submittal. (ii) One (1) qualified Fire Protection Engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program plus a minimum of five (5) years of work experience in fire protection engineering); or a registered professional engineer (P.E.) who has passed the fire protection written examination administered by the National Council of Examiners for Engineers and Surveys (NCEES); or a registered P.E. in a related engineering discipline with a minimum of five (5) years' experience dedicated to fire protection engineering that can be verified with documentation; None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Ensure that resumes are provided for each of the required architects, engineers and other personnel specifically required. Resume for the licensed professional Land Surveyor is required. Resumes for the survey crew are not required. (c) Past Performance: Past performance on DoD contracts with respect to compliance with contract and task order terms, quality of work, adherence to schedules, cost control, communication, and issue resolution as determined by ACASS and Federal Awardee Performance and Integrity Information System (FAPIIS). The FAPIIS web site is https://www.ppirs.gov/. An ACASS report will be retrieved for the Joint Venture if proposer is a JV. If the JV doesn't have any ACASS ratings an ACASS report will be retrieved for each JV partner. ACASS reports will not be retrieved for the subcontractors that are proposed. (d) Capacity: Firms must demonstrate adequate team capacity to concurrently complete the design of three (3) projects (total value of all three (3) projects at least $350,000) within a six month timeframe. The three (3) projects must be of the type listed in paragraph 2 above and for purposes of this criteria shall be presumed to be at three (3) separate locations, not within the same military installation or city. (e) Knowledge of Locality: Firms must demonstrate familiarity with the SWD areas, primarily Texas, (by showing projects designed in these areas) and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements and regulatory agencies. The following items (f)-(h) are the secondary criteria: (f) Volume of DoD contract awards: In Section H, Part I, SF 330, firms must show their past 12 months DoD contract awards stated in dollars (see details in subsequent paragraph 4(f)). Include awards to all branch offices. (g) Geographic Proximity: Proximity is the physical location of a firm in relation to the location of a project. The primary geographic location of this contract is the Fort Worth District area of responsibility. (h) Utilization of Small Business Firms: The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or a joint venture partner; the greater the participation, the greater the consideration. 4. SUBMITTAL REQUIREMENT: In an effort to reduce paperwork and cost, ALL SF 330s shall be submitted electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/safe/. At the AMRDEC SAFE website, select the link: For users without a CAC OR if your computer is not configured to read your CAC. Using this option will allow you to access the SAFE site as a guest. Ensure the proposal is sent only to the Contract Specialist Robert M. Duran, Email: Robert.m.duran@usace.army.mil and June Wohlbach, Email: june.wohlbach@usace.army.mil. PROPOSAL DUE DATE: 05 JANUARY 2015, TIME: 2:00 PM CENTRAL When completing the information for transmittal at the AMRDEC SAFE website, notification shall be submitted to: CESWF-CT-PreawardProposal@usace.army.mil (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit a SF 330 (3/2013 Edition), for the prime firm and all consultants/subcontractors to the site stated above not later than 2:00 P.M. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 2:00 P.M. the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile (FAX) or in paper will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) submit a compiled SF 330, Part I from the Prime, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using Standard English. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. The SF 330 shall be numbered to correspond to the paragraph numbers in this synopsis. The SF 330's shall be submitted in searchable PDF format. SF330, Part I, ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section D, include a Team Project Organization Chart to indicate how each individual (with firm identified) on the proposed team meets the requirements of section 3b of this solicitation. (c) In Section E, provide brief resumes in the order of the requirements in 3b of the on-staff or sub-consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3(b). Resumes must show the year of their degree and year they were licensed/registered. It is insufficient to say in the resume that the firm had a specific contract. Rather, the resume should be specific about what role the individual fulfilled on the project. Show that the individuals have the required five years' experience. If at least one project is not shown five years or more ago, the submittal will be rejected. (d) In Section F, a maximum of 10 projects including the prime and sub-consultants will be reviewed. Use no more than one page per project. Highlight sections of resumes and project list to show compliance with synopsis requirements. (e) In Section G, Block 26, include the firm and location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable; (f) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities, clarify planned capability, existing capability and prior experiences, if applicable. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3(e) above, provide an itemized summary of DoD contract awards to include Agency, Contract Number/Task Order No., Project Title and amount. (Note: award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders.) Generally, provide a brief presentation of internal controls and procedures that demonstrate the firms overall Design Quality Management Plan (DQMP) which provides sufficient information about this plan that clearly explains the ability of the firm to control costs, schedule and quality of work to be submitted to the Government. (A project-specific detailed quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. Cover pages or tabs are not included in the page limitation. SF330, PART II, ADDITIONAL INSTRUCTIONS (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 36 months from the closing date of the synopsis) and dated either by an original handwritten signature, a cut and pasted facsimile of an original signature, an electronic signature, or a typed in signature. Indicate in Block 5b of each Part II if the firm is a Small Business, 8(a), HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three (3) fiscal years must not exceed $15,000,000; (b) In Block No. 4, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1-866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work. (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the synopsis/announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Mr. Robert M. "Mike" Duran, EMAIL: Robert.M.Duran@usace.army.mil. Technical- Lewis Herring, PE EMAIL: lewis.herring@usace.army.mil. All questions must be submitted through the ProjNet System (also known as Dr. Checks). OFFERORS QUESTIONS AND COMMENTS (a) Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. (b) To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click to continue. (c) From this page you may view all bidder inquiries or add inquiry. Only one question will be allowed per inquiry. If multiple questions are included in a single inquiry, only the first question will be answered. All others will remain unanswered until entered in as single inquiries. (d) Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. (e) The Solicitation Number is: W9126G-16-R-0020 (f) The Bidder Inquiry Key is: TJDING-MT49EW (g) The Bidder Inquiry System will be closed to new inquiries seven (7) calendar days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. If the System is not closed in a timely manner, an inquiry posted within seven (7) calendar days of the receipt of proposals will still be regarded as untimely and will not be afforded a substantive response. (h) Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. (i) The bidder call center Help Line operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 1-800-428-HELP (1-800-428-4357). (j) Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered you may e-mail: CESWF-CT-PreawardProposal@usace.army.mil. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-16-R-0020/listing.html)
 
Place of Performance
Address: Fort Worth, Texas, 76179, United States
Zip Code: 76179
 
Record
SN03960949-W 20151206/151204234218-e1b142be85ac73f04c88868ae1e1744b (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.