Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2016 FBO #5293
SOLICITATION NOTICE

C -- IDCs General Architect Engineering Svcs and Sustainment, Renovation and Modernization (SRM) projects primarily within Picatinny Arsenal, NJ and for the New York District, but can include work anywhere in the North Atlantic Division Boundaries

Notice Date
5/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-16-AE-0002
 
Archive Date
7/2/2016
 
Point of Contact
Adrian Stafford-Browne, Phone: 9177908389, ,
 
E-Mail Address
Adrian.Stafford-Browne@usace.army.mil, NYDContracting@usace.army.mil
(Adrian.Stafford-Browne@usace.army.mil, NYDContracting@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation, Indefinite Delivery Contract IDC-M-805 and 806 for General Architect Engineering services and Sustainment, Renovation and Modernization (SRM) projects primarily within Picatinny Arsenal, New Jersey and for the New York District, but can include work anywhere in the North Atlantic Division Boundaries. This announcement constitutes the only solicitation, proposals are being requested. The Solicitation number is W912DS-16-AE-0002. 1. CONTRACT INFORMATION: Two (2) contracts will be procured both as a small business set-aside. The NAICS Code is 541330. The size standard is $14 million average annual receipts for preceding three fiscal years. The number one and two ranked small business firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the indefinite Delivery Contract's (IDC's) is a maximum of 60 months and will not include optional time periods. The total capacity of each contract will not exceed $9,900,000. Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of each IDC contract. The government guarantees a minimum payment of $4,000 for each basic contract. The selected small business firms will need to demonstrate capability to perform at least 51% of the contract work listed below in accordance with EP 715-1, Chapter 3-8 c which can be found at http//www.usace.army.mil/pablications/eng.pamphlets/ep715-1-7toc.htm. In particular, in order to be awarded a small business contract the concern will perform at least 51 percent of the cost of the contract incurred from personnel with its own employees. "Any subcontractor and outside associates or consultants required by the contractor (prime A-E firm) in connection with the services covered by the contract will limit to individuals or firms that were specifically identified and agreed to during negotiations the contractor shall obtain the Contracting Officer's written consent before making substitutions for these subcontractors, associates or consultants". If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer: Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. Approximate award dates of each contract: November 2016. The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. The A-E firms selected for these contracts will be responsible to utilize the Army Contractor Manpower reporting (CMR) system and will be required to report certain information to the Army CMR system. For additional information see https://contractormanpower.army.pentagon.mil. 2. PROJECT INFORMATION: A-E services may include but not be limited to the following: preparation of studies, concept and final designs leading to Sustainment, Renovation and Modernization (SRM) construction projects; planning charrettes; professional engineering services; pre-design site assessment; feasibility and concept studies; geotechnical investigation and reports; environmental investigations including permitting studies and reports; asbestos and lead sampling and abatement; site development; cost engineering using MII CACES; value engineering; life cycle costing; post-design shop drawing review; construction phase services; and construction administration. Additional services include but are not limited to: seismic design; topographic and boundaries surveys to include mapping and analysis (including data collection and verification); historical and cultural resources investigations; design review; seismic analysis; environmental analysis; site surveys and evaluation; remediation design; and Environmental Protection Agency (EPA) compliance for Hazardous materials such as petroleum products, asbestos, lead and radon. In Addition New Jersey Department of Environmental Protection(NJDEP), flood hazard analysis/permitting; parametric design; and wetlands remediation and mitigation. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, CADD/GIS, Building Information Modeling (BIM), Sustainable design, LEED Green Building, and preparation of Department Of Defense Explosive Safety Board Submissions, explosive safety design and development of explosive safety Arcs. Examples of potential work include design of New Buildings and Facilities, including but not limited to the following: Research and Development Facilities for advanced weapons systems (these facilities will require blast protection and explosive safety design); Laboratories, Ordinance Handling and Storage Facilities, Magazines and Ammunitions Storage, Vehicle Maintenance Facilities, Administrative Buildings, Industrial Facilities, Indoor and Outdoor Test Ranges, Infrastructure Systems and Laboratories. Design of repair and/or renovation projects to include the following: Whole Building Renovation, Research and Development Facilities for advance weapons systems ( these facilities will require blast protection and explosive safety design), Laboratories, Replacement of Architectural Elements, Building Seismic Upgrade; Force Protection Upgrades, Mechanical, Electrical, Fire Protection/Detection Systems, Asbestos and Lead Abatement Services or Demolition. Preparation of environmental regulatory documents and permit applications. Engineering inspections/assessments of existing and under construction vertical/horizontal structures. Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. 3. 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 through e are primary selection criteria. Criteria f and g are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: a. Specialized experience and technical competence: 1. Submit at least one (1) Example Project in SF 330 Section F, that demonstrates ability to plan and prepare construction bid documents, concept designs, final designs, design charrettes, and/or design work involving coordination of project design solution(s) with environmental agency(s) in the area of wetland issues, stream encroachment, flood zones, and/or similar environmental concerns. Project shall also include preparation of related environmental permit applications. Projects completed before December 2008 will not be considered. 2. Submit at least four (4) Example Projects in SF 330 Section F that demonstrates experience with the following project types (each Example Project shall represent a different project type): Research and Development Facilities for Advanced Weapons Systems (these facilities will require blast protection and explosive safety design); Vehicle Maintenance Facilities; Laboratories; Industrial Facilities; Indoor and Outdoor Test Ranges; Administrative Facilities; Ordnance Handling; Ordnance Storage Facilities; Infrastructure Systems. Projects completed before December 2008 will not be considered. 3. Submit at least two (2) Example Projects in SF 330 Section F that demonstrates experience with the following: Whole Building Renovation design that includes at least three (3) of the following design elements as a substantial part of the design (Replacement of Architectural Elements, Building Seismic Upgrade, Anti-Terrorism/Force Protection, Mechanical, HVAC, Electrical, Fire Protection/Detection Systems, Asbestos and Lead Abatement Services or Demolition). Projects completed before December 2008 will not be considered. 4. Submit at least one (1) Example Project in SF 330 Section F that demonstrates experience in preparing Department of Defense Explosive Board (DDESB) submission for Explosive Safety Site Plans related to facilities designed for explosive/energetics operations and/or live-fire ammunition testing and/or explosives detonation testing. Projects completed before December 2008 will not be considered. 5. Submit at least two (2) Example Projects in SF 330 Section F that demonstrates experience in preparing construction bid documents, concept designs and final designs of facilities designed for explosive/energetics operations and/or live-fire ammunition testing and/or explosives detonation testing. Projects completed before December 2008 will not be considered. 6. Demonstrate ability to prepare cost estimates in the latest version of Cost Works, M-CACES, and have experience in MII (m2) software and PACES. In the event that the firm does not have experience in MII (M2) software and PACES, it shall demonstrate haw cost estimating procedures. Projects completed before December 2008 will not be considered." 7. Experience in the ability to provide a QA/QC plan indicating how the prime plans to manage its teams to ensure that quality products are prepared. Demonstrate ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. 8. Demonstrate capability to execute multiple task orders simultaneously b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or sub-contractors/consultants with a professional staff consisting of the following disciplines. NOTE: Senior project personnel for each key discipline are required to be licensed/ registered. Resumes must be provided for each discipline, except where noted below. (1) Project Manager (Licensed) (2) Quality Assurance Manager (based on the firms QA/QC Plan) (3) Architecture (Licensed) (4) Structural Engineering (Licensed) (5) Civil Engineering (Licensed) (6) Mechanical Engineering (Licensed) (7) Electrical Engineering Licensed) (8) Fire Protection Engineering (Licensed) (9) Cost Engineering (10) Geotechnical Engineering (Licensed) (11) Lead/Asbestos Abatement Inspector (Certification) (12) Certified Industrial Hygienist (Certification) (13) Licensed Interior Designer (Certification) (14) Land Surveyors (Licensed) (15) Anti-Terrorism/Force Protection Specialist (16) Historical Architecture (17)Blast Engineering Specialist (Licensed) (18)Environmental Engineering & Consultant (19)Bridge Inspector (Certified) (20)Dam Inspector (Certified) (21)Retro-Commissioning Agent (Certified) (22)CADD Specialist (23)Planner (24)Explosives Safety Engineering (Licensed) (25) Quality Assurance Construction Manager/Inspector The evaluation will consider education, registration, and training and overall and relevant experienced using information from Section E of the SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. The evaluators will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. Accredited LEED specialists (can be covered by one of the disciplines listed above) Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01. Use the latest publication of UFC 3-600-01 as of the posted date off this announcement. Licensed Interior designers are required to pass all 3 sections of the National Council for Interior Design Qualification (NCIDQ) Examination. State Historical Preservation Office experience is acceptable from any state. c. Past Performance on with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and CPARS. Letter of recommendation from customers addressing your firms cost control, quality or work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: In an effort to expedite the selection process the A-E's are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key declines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area of Picatinny Arsenal, NJ boundaries. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. Secondary Selection Criteria: f. Geographic Proximity in relation to New York District boundaries. g. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit three (3) hard copies and one (1) CD copy in PDF format of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA website: http://www.gsa.gov/portal/forms/download/116486 The forms can be downloaded in a.pdf file type. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF330. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages (1 page per project). Each page shall be numbered. Section dividers don't count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the NY District USACE website: http://www.nan.usace.army.mil/BusinessWithUs/EngineeringDivision.aspx. Submit the completed SF330's to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037 Attn: Mr. Stephen DiBari, P.E. CENAN EN M. 917-790-8384. Submittals will not be accepted after 5:00 pm on the response date shown in the advertisement in the FedBizOps. If the response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. For questions regarding this contract, contact at 917-790-8384 or e-mail: Stephen.Dibari@usace.army.mil. If a Pre-Selection meeting is required, notifications will not be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS). Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. Firms must be registered in the following: https://www.sam.gov/portal/SAM/#1 NAICS Code is 541330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-16-AE-0002/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York, New York, 10278, United States
Zip Code: 10278
 
Record
SN04123134-W 20160521/160519234856-87ea742d3e3ebde3db25734c5b375ca0 (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.