SPECIAL NOTICE
C -- Synopsis
- Notice Date
- 9/6/2017
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
- ZIP Code
- 06105-3795
- Solicitation Number
- W91ZRS-17-R-0014
- Archive Date
- 10/31/2017
- Point of Contact
- Peter J. Bedard, Phone: 8603864080
- E-Mail Address
-
peter.j.bedard.mil@mail.mil
(peter.j.bedard.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FBO SYNOPSIS INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER (A-E) CONTRACT FOR THE CONNECTICUT NATIONAL GUARD IN SUPPORT OF THE AIR AND ARMY NATIONAL GUARD PROGRAMS THROUGHOUT THE STATE OF CONNECTITCUT. CONTRACT INFORMATION: The Connecticut National Guard is soliciting for Non-Personal Architect-Engineer (A-E) Services in accordance with Public Law 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36. This announcement is Unrestricted and open to all businesses regardless of size pursuant to DFARS 219.502-1. The North American Industry Classification System (NAICS) code for this action is 541330. The Small Business size standard is $15M. Small businesses are encouraged to team with other businesses. The A-E firm must be capable of responding to and working on multiple task orders concurrently. As a result of this announcement, the National Guard Bureau intends to award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide A-E services in support of Air National Guard (ANG) and Army National Guard (ARNG) mission requirements. This is not a requirements contract. The contract will consist of a Base Award Period of two (2) calendar years, and three (3) one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. The total of individual task orders placed against the contract, base period and all exercised options, shall not exceed $350,000.00. The minimum total fee guaranteed to the contract awardee is $1,000.00, within the base period of two (2) years. There is no guaranteed minimum for the option years. Work will be issued by negotiated firm-fixed price task orders. Task orders will be primarily for projects with a construction value typically between $100,000 and $5 million; however, as required, larger and/or smaller projects may be executed under this contract. The total amount of work for the contract will not exceed $3,000,000.00. Projects to be designed are not yet determined and funds are not presently available. 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. All A-E firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 Construction Contracts with Architect-Engineer Firms. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. PROJECT INFORMATION: A-E services shall include, but not be limited to performance of planning, master planning, and program support; A-E investigative and design services including development of construction documents; construction support; engineering and environmental studies, National Environmental Policy Act (NEPA) documentation; investigations and surveys in support of the Air and Army National Guard Programs. Typical work may include, but is not specifically limited to: A: the preparation of plans, specifications, calculations, and cost estimates; B: the development of cost management, quality control and quality assurance plans; C: construction inspection, testing and management services; D: development of engineering standards; E: preparations for national design submissions; F: technical, economic, planning, environmental, value engineering and other studies, analyses, surveys, investigations, and reports; G: development of performance criteria for bridging documents for design build projects; H: development of documents to support various government construction programs; I: providing technical support for source selection procurement processes; J: commissioning services; K: comprehensive interior design; and L: provision of program management services. These projects will require multi-discipline A-E services for National Guard locations throughout Connecticut. Services may include, but are not limited to, a wide variety of professional services in support of projects for administrative, industrial, and support facilities to meet the needs of the Connecticut National Guard. Various projects may include services associated with National Guard installations/facilities, such as aircraft hangars, aircraft maintenance facilities, vehicle maintenance facilities, support equipment maintenance facilities, administrative offices, supply facilities, civil engineering facilities, dormitory buildings, training site facilities, readiness centers (armory), fire stations, security forces facilities, munitions maintenance and storage facilities, communications and electronic maintenance, mobility and aerial port facilities, dining facilities, medical training facilities, roadways, military airfield pavements, site utilities, infrastructure, aircraft fuel storage and distribution systems, and other support facilities. Additionally, task orders may be issued for support services which require A-E Services as defined in FAR 2.101 SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). (A) Professional Qualifications necessary for satisfactory performance of required services; the selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Architect; (2) Civil Engineer including Sanitary Engineer; (3) Mechanical Engineer; (4) Electrical Engineer; (5) Structural Engineer; (6) Fire Protection Engineer (BS or MS in fire protection engineering from accredited institution, PE registration in related relevant field, NCEE or other qualifications as allowed by DoD Unified Facilities Criteria (UFC 3-600-01 Change 3, 08 August 2016, Chapter 1-5); (7) Interior Designer (registered architect with specialized experience in interior design and/or state registered interior designer and/or NCIDQ certified interior designer); (8) Communications Specialist (Registered Communications Distribution Design (RCDD)); (9) Geotechnical Engineer; (10) Environmental Engineer; (11) Corrosion Engineer (NACE Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist, or registered professional corrosion engineer) with a minimum of five years' experience; (12) Surveyor; (13) Landscape Architect; (14) Geologist; (15) Cost Estimator; (cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, and PCEA. The firm's and/or consultant's Cost engineering or estimating specialist(s), must be specifically identified and his (their) competence indicated by resume(s). If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E.) Resumes (Block E of the SF 330) must be provided for all disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. (B) Specialized Experience and Technical Competence in the type of work required, including, as appropriate, experience in sustainable design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (1) Experience in design of military projects, including production of programming documents, plans and specifications. (2) Design of government and commercial facilities. (3) Experience providing Comprehensive Interior Design for government projects including space planning and applicable Code of Federal Regulation rules, pre-wired workstations, furniture, demountable wall systems and knowledge of the acquisition process including applicable FAR and funding limitations. (4) Sustainable design experience utilizing the Leadership in Energy and Environmental Design (LEED) rating tools. (Those firms that have LEED certified projects, LEED registered projects, LEED accredited professionals, and show experience in the LEED design/certification process will be rated more favorably. It is strongly encouraged that all disciplines have at least one LEED Accredited Professional on the design team). (5) Technical Competence & Experience using DOD UFC and associated UFGS; (6) Technical competence and experience using the International Building Code (IBC); (7) Design and construction experience conforming to Department of Defense Antiterrorism/Force Protection Construction Standards and DOD Unified Facilities Criteria (UFC 4-010-01); (8) Engineering experience in preparing permit applications relating to construction projects with the various permitting agencies; (9) Performance of surveying and mapping in accordance with A/E/C CADD Standards and nondestructive techniques for locating underground utilities; (10) Experience with automated design tools such as CADD, design; (11) Demonstrate experience using project and program management tools such as Primavera, Expedition, SharePoint or similar systems; (12) Demonstrate experience in evaluating contractor's submittals and performing construction surveillance; (13) Demonstrate experience with preparing the technical portions of a Design Build Request for Proposal package for performance based design build; (14) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project design-to-cost control, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. To be considered relevant, all experience demonstrated shall be within five years of the date of this solicitation. (C) Capacity to accomplish multiple task orders in the required time; the capacity to accomplish at least four individual task orders valued at $1000-$350,000 dollars simultaneously (or greater) will receive additional consideration. (D) Past Performance on contracts with government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules and customer satisfaction; evaluations will be based on established ACASS ratings, personal knowledge of Agency members and other credible documentation included in the SF 330. (E) Location(s) in the geographical areas of Connecticut. (1) Firms should demonstrate the ability to deliver services to locations defined in the synopsis. (2) Firms should have knowledge of Connecticut locations, to include recent experience with state laws. (F) Volume of DoD Work will be considered. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit five (5) completed and bound paper copies, and one (1) electronic Copy (CD) of their SF 330 (Architect-Engineer Qualifications) to: Contracting Officer, Camp Hartell, 58 North Street, Bldg. P-123, Windsor Locks, CT, 06096. SF 330, 8/2016 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. Include DUNS number in Block 5 of the SF 330 PART I, Section B. Firms located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-888-253-1546 or via the Internet at http://www.dnb.com/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 75 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) or IDIQ contract with multiple Task Orders as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. 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. NOTE: To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime. Solicitation packages shall not be provided. Submittals must be received no later than 3:00 P.M. Eastern Time on 16 Oct 2017. Regulation requires that the Selection Board not consider any submittals received after this time and date. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be in person and will be scheduled approximately 90 days after receipt of submittal packages. All questions shall be in writing to the POC listed above. Phone calls and personal visits for the purpose of discussing this solicitation with ANG or ARNG contracting/project management and or engineering personnel are not allowed. To verify your submittal has been delivered, you may e-mail peter.j.bedard.mil@mail.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 SAM, please see the SAM website at https://www.sam.gov/portal/public/SAM. Hand delivered submittal will be accepted. SUBMIT QUESTIONS ONLY TO: peter.j.bedard.mil@mail.mil. No phone questions will be honored. Questions will be answered in writing and posted to a Questions and Answer document and posted to http://www.fbo.gov starting 07 Sep 2017. Contractors are encouraged to view the Q&A document BEFORE sending in question as it may already be answered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-17-R-0014/listing.html)
- Place of Performance
- Address: Bradley Air National Guard Base, 100 Nicholson Ave, East Granby, Connecticut, 06026, United States
- Zip Code: 06026
- Zip Code: 06026
- Record
- SN04664738-W 20170908/170906233434-93f5dbf9e5da430117378340a57acecf (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 |