MODIFICATION
C -- FY16 A&E Master Plan
- Notice Date
- 1/8/2016
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB-16-R-0016
- Archive Date
- 2/10/2016
- Point of Contact
- Robert E. Corkrum, Phone: 4961197442235
- E-Mail Address
-
robert.e.corkrum@usace.army.mil
(robert.e.corkrum@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- **** Subject: Amendment 0003 to Combined Synopsis / Solicitation W912GB-15-R-0016, Indefinite Delivery Contract (IDC) for FY16 Master Planning and Architect-Engineer Design Services The purpose of this amendment is to extend the response date for the subject Solicitation. The announcement closing date and time has changed to: 26 January 2016 at 16:00 hours, Central European Summer Time (CEST). The deadline for Requests for Information (RFI) remains 12 January 2016 at 16:00 hours, Central European Time. All other terms and conditions remain unchanged. Please acknowledge Amendment 0003 within your Standard Form (SF) 330 submission package. Should you have any questions related to this combined synopsis/solicitation, it is requested that you contact the Contract Specialist, Mr. Robert Corkrum, via e-mail at robert.e.corkrum@usace.army.mil. **** *** Subject: Amendment 0002 to Combined Synopsis / Solicitation W912GB-15-R-0016, Indefinite Delivery Contract (IDC) for FY16 Master Planning and Architect-Engineer Design Services The purpose of this amendment is to hereby update the Synopsis/Solicitation and to provide answers to the Requests for Information received below. Updates to the Synopsis/Solicitation are identified by underlined and bold text. The announcement closing date and time remains: 19 January 2016 at 16:00 hours, Central European Time (CET). The deadline for future Requests for Information (RFI) remains 12 January 2016 at 16:00 hours, Central European Time. Please acknowledge Amendment 0002 within your Standard Form (SF) 330 submission package. Should you have any questions related to this combined synopsis/solicitation, it is requested that you contact the Contract Specialist, Mr. Robert Corkrum, via e-mail at robert.e.corkrum@usace.army.mil. Questions and Answers: Question #1: Are the services listed in Section 3. Services Required listed in order of priority for scoring/weighting factor? Answer #1: The services are not listed in order of priority. Question #2: Are the countries listed in Section 2. Project Locations listed in order of priority for scoring/weighting factor? Answer #2: The locations are not listed in order of priority. Question #3: Section 4. Selection Criteria references a Criteria E as secondary. However, there is no Criteria E in the RFP. Can it be assumed Criteria E is "Knowledge of Location"? Answer #3: Criteria E was deleted please see the revised Announcement. Question #4: Does the COE intend to negotiate rates and issue task orders in USD or Euro? Answer #4: The negotiated rates will be in US Dollars and/or Euro's depending on the location of the firm. Question #5: Will it be possible to extend the submittal due date by one week to account for the holiday season? Answer #5: This solicitation is extended to 19 January 2016 at this time. Question #6: The solicitation asks the Offeror to "submit a maximum of five projects in total; all five projects must be completed within the last five years, from the date of this solicitation." Will the government accept projects that are completed to a certain percentage (90%)? Answer #6: We will consider unfinished projects as long as the amount of work completed is clearly presented, showing a clear picture of the firm's actual experience. Amendment 0002 changes the number of projects to 10. Question #7: Will the government accept portions of Task Orders that were awarded for a larger geography and where individual tasks within this TO have been completed (e.g. tasks for one Garrison were completed)? Answer #7: We will consider unfinished projects as long as the amount of work completed is clearly presented, showing a clear picture of the firm's actual experience. Question #8: Under 4.a (Specialized Experience, Paragraph 2) the solicitation states that "If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required." Can you confirm that a letter of commitment is only required for subcontractor experience submitted with the proposal or is a letter of commitment required for any proposed team member? Answer #8: The Letter of Commitment is required for when subcontractor experience is used to fulfill the specific requirement criteria. Question #9: Is there a date after which no more requests for information (RFI) are accepted for this solicitation? Answer #9: The deadline for RFI's is 12 January 2016 at 15:00 hours, Central European Time, in order to allow the Government enough time to answer questions. Question #10: Is the subject Solicitation for FY16 A&E Master Plan considered a new requirement or a follow-on effort? If the latter, would you mind providing the incumbent contractor's name and contract number? Answer #10: This procurement is a follow-on to the Fiscal Year 2014 Master Planning Architecture-Engineering Indefinite Delivery Contracts (IDC) under Solicitation W912GB-13-R-0020. The awardees are: W912GB-14-D-0011 - Parsons Government Services W912GB-14-D-0012 - HDR Engineering, Inc W912GB-14-D-0013 - Jacobs Government Services Company Question #11: Would USACE authorize limited use of folded 11x17 / A3 format pages (one or two) for the section H in proposals in response to the solicitation W912GB-16-R-0016? Answer #11: In section H, up to 4 pages of 11x17 size paper may be used, see amendment 0002. Question #12: With respect to Criterion 4(c) Past Performance, you will review PPIRS and other sources, however are we required to submit PPQs or other specific documentation as evidence of past performance with our response if there is not yet a submitted CPARS? If so, given the Holiday schedule, is it possible to submit the cover page for the client review request, so that it may be completed upon their return? Answer #12: The solicitation has been amended to extend the due date to 19 Jan 2016 to allow more time to compile the necessary documents. Question #13: Do you place higher scoring emphasis on the service type/deliverables required or the location of the delivery? For example, would a project be deemed stronger if it was more complex and outside of the AOR, but supporting Host Nation coordination, or within the EUD Region? Answer #13: The evaluation will be a professional evaluation of how well a firm's experience aligns with the work described in the announcement. The location of past experience will be considered to the degree that it supports a firm's experience and qualifications for performing the work presented in the announcement. Question #14: Could you please clarify the environmental engineer role. Should it focus on environmental planning and/or water services? Answer #14: The Environmental Engineer should be capable of handling Environmental planning and water services. Question #15: Does USACE need original Letter of Commitment or can we provide copies? Answer #15: The original Letter of Commitment is required. **** ***Subject: Amendment 0001 to Combined Synopsis / Solicitation W912GB-15-R-0016, Indefinite Delivery Contract (IDC) for FY16 Master Planning and Architect-Engineer Design Services The purpose of this amendment is to extend the response date for the subject Solicitation. The announcement closing date and time has changed to: 19 January 2016 at 16:00 hours, Central European Summer Time (CEST). The deadline for future Requests for Information (RFI) is 12 January 2016 at 16:00 hours, Central European Time. All other terms and conditions remain unchanged. Please acknowledge Amendment 0001 within your Standard Form (SF) 330 submission package. Should you have any questions related to this combined synopsis/solicitation, it is requested that you contact the Contract Specialist, Mr. Robert Corkrum, via e-mail at robert.e.corkrum@usace.army.mil. *** _________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, hereby solicits for Master Planning Architect-Engineer (A-E) Services Indefinite Delivery Contracts (IDCs), procured in accordance with Public Law (PL) 92-582 (the Brooks Act), Federal Acquisition Regulation (FAR) Part 36 and Engineer Pamphlet (EP) 715-1-7 Architect-Engineering Contracting in USACE. It is anticipated that up to three (3) IDCs will be negotiated and awarded for support within the Europe District's assigned mission area of responsibility (see Para 2. Project Locations below). Each of these IDCs will have a contract period not to exceed five (5) years, to include one (1) base year, and four (4) one (1) year options. Each contract shall have a total capacity not to exceed $9,500,000, with a maximum limit per task order of $5,000,000.00. Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits. The Contracting Officer will consider the following factors when awarding a task order: uniquely specialized experience, performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, and equitable distribution of work among the contracts. 2. PROJECT LOCATIONS: Multi-disciplined A-E services are required for miscellaneous installation master planning, facility master planning, programming, and minor design in the Europe District area of responsibility (AOR). The work is expected to be in Belgium, Denmark, France, Iceland, Italy, Luxemburg, the Netherlands, Norway, Portugal, the United Kingdom, Greece, Turkey, Germany, Spain, Israel, Georgia, Azerbaijan, Armenia, the Czech Republic, Hungary, Poland, Bulgaria, Estonia, Latvia, Lithuania, Romania, Slovakia, Slovenia, Albania, and Croatia. 3. SERVICES REQUIRED: The anticipated use of these IDCs will primarily include: sustainable planning, natural, historic and cultural resource management, healthy community planning, defensible planning, capacity planning, area development planning, network planning, form-based planning, facility standardization and plan-based programming. Products of these efforts will include but are not limited to Vision Plans, Installation Development Plans, Installation Planning Standards, Regulating Plans, Implementation Plans, Environmental Documentation, Network Plans, programming documents and other products as prescribed by Department of Defense, Unified Facilities Criteria, Installation Master Planning (UFC 2-100-01, 15 May 2012). Other services may include, infrastructure assessments, DD Form 1391 preparation, planning and design charrettes, planning feasibility studies, transportation plans, Net Zero Energy Installations (NZEI) plans, project economic and market analyses, housing market analyses, designs, stationing plans, installation design standards, architectural interior design, planning and design manuals, facility utilization surveys, security and anti-terrorism/force protection studies, life safety improvements, and Americans with Disabilities Act (ADA) surveys. Additional services may include housing studies, housing community plans, information management master plans, medical master plans, privatization studies, baseline studies, CAD/GIS mapping, CAD/GIS data migration/consolidation, data linkage, database development, database migration/consolidation, data scanning and archiving, and code and regulatory comparisons. 4. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. The required services and locations described above will be considered in the evaluation of all criteria. Criteria A-D are primary. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, key subcontractors and/or freelance associates. The Offeror shall submit a maximum of ten (10) projects in total; all ten (10) projects must be completed within the last five years, from the date of this solicitation, in the types of projects specifically indicated above in paragraph 3, SERVICES REQUIRED. The effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. Project descriptions should show explicit experience pertinent to this announcement. If more than ten (10) projects are submitted, only the first ten (10) projects listed in the proposal will be evaluated. Each project example should include the following information: which prime firm, partner, consultant or key subcontractors executed the project, a description/narrative of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Projects should also list any key personnel that worked on the submitted projects. Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts, where numerous Task Orders are listed together, are not acceptable as projects. Rather each Task Order would be considered a project. If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required. The letter of commitment MUST be signed by both parties to be considered. Please see the attached example Letter of Commitment b. PROFESSIONAL QUALIFICATIONS: Qualified professional personnel are required in the following disciplines: Project Manager, Architect, Community or Master Planner (credentialed by the American Institute of Certified Planners or host nation equivalent), Interior Designer, Landscape Architect, Civil Engineer, Aerial Photogrammetry specialist, Electrical Engineer, Registered Communications Distribution Designer/Engineer, Structural Engineer, Mechanical Engineer, Computer Aided Design (CAD), Geographic Information System (GIS), Database Administrator, Graphic Designer, Environmental Engineer, Land Surveyor, Economist, Certified Energy Manager (CEM) and LEED certified sustainability specialists. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. PAST PERFORMANCE: Past performance of the A-E, joint venture partners, and key subcontractors on Department of Defense (DoD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from Past Performance Information Retrieval System (PPIRS) and other sources. d. CAPACITY: Firms must demonstrate the necessary capacity to perform three (3) large task orders simultaneously and within prescribed schedules. A large task order is defined as approximately $300,000. The evaluation will consider the availability of an adequate number of personnel in key disciplines. 5. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit two (2) printed copies and one (1) electronic copy (CD or DVD) of Standard Form (SF) 330 for the proposed team, including the prime firm and all joint venture partners, consultants, and free-lance associates, to the address below not later than 14:00 hours, Central European Time CET), on the closing date of this announcement. The SF 330 Part I shall not exceed 75 pages (8.5 x 11 or A4), including no more than 20 pages for Section H, however, a maximum of 4 of the pages may be 11x17 size paper. Each side of a sheet of paper is one (1) page. Use font type no smaller than size 11. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP. Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants, or free-lance. Do not include promotional brochures, advertisements, or other extraneous material in a submission, such as prices, as this is not a request for proposal. Include the firm's point of contact, e-mail address, telephone number, and facsimile number in the submittal. 6. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero cost. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Increased security measures may delay access to the Europe District in the Amelia Earhart Building. Therefore you are advised to provide for early delivery of any submittals. Firms are encouraged to personally deliver submittals or use a delivery system that documents the date and time of receipt and recipient. Submittals will not be accepted via e-mail. Firms responding to this announcement are advised to inform one (1) or more of the points of contact below so that receipt of submittals by the closing date and time can be confirmed. It is very important that submittals be properly addressed as follows: a. For U.S. Military Postal Service: Commander U.S. Army Corps of Engineers, Europe District Attn: CENAU-CT - Robert Corkrum Announcement W912GB-16-R-0016 CMR 410 Box 7 APO, AE 09049 b. For German Postal Service: Commander U.S. Army Corps of Engineers, Europe District Attn: CENAU-CT (Box 7/Robert Corkrum) Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany 7. POINT OF CONTACT FOR ADDITIONAL INFORMATION: Robert Corkrum, Contract Specialist E-mail: Robert.e.corkrum@usace.army.mil Phone: +49-611-9744-2235 (outside Germany); (0)611-9744-2235 (within Germany) Jeffrey Harrington, Contracting Officer E-mail: Jeffrey.j.harrington@usace.army.mil Phone: +49-611-9744-2660 (outside Germany); (0)611-9744-2660 (within Germany)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-16-R-0016/listing.html)
- Record
- SN03986883-W 20160110/160109132817-79208306bb08506424641814f9f86e5e (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 |