Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SOLICITATION NOTICE

C -- $150M Indefinite-Delivery Architect-Engineer Services Contract (Architectural) for Design of Miscellaneous Projects in the Honolulu District Area of Responsbility - PPQ

Notice Date
8/10/2018
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A18R0014
 
Archive Date
9/25/2018
 
Point of Contact
Jennifer Ko, Phone: 8088354378, Merbby Joyce Nicolas, Phone: (808) 835-4381
 
E-Mail Address
jennifer.i.ko@usace.army.mil, merbbyjoyce.n.nicolas@usace.army.mil
(jennifer.i.ko@usace.army.mil, merbbyjoyce.n.nicolas@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
USACE Past Performance Questionnaire (Form PPQ-0) 1. DESCRIPTION / CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR Part 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for multiple Indefinite-Delivery Contracts (IDCs) to support U.S. Army Corps of Engineers (USACE) Honolulu (POH) District DoD construction program which includes projects in the State of Hawaii, Territories of Guam, American Samoa and Commonwealth of Northern Mariana Islands (CNMI), as well as the Freely Associated States including the Republic of Palau, Federated States of Micronesia and the Republic of the Marshall Islands. The contracts may be used in support of Japan District (POJ) and Far East District (Korea) construction programs when their existing contracting tools are not available for use. The total aggregate shared contract capacity for all awards is $150 Million. Under this "reserved" acquisition approach, it is anticipated that up to seven (7) individual IDCs, consisting of 4 small business awards and 3 other than small business award will be awarded to those firms determined to be most highly qualified. The period of performance for each A-E IDC is anticipated to consist of a three-year base period and include two (2) consecutive two-year option periods totaling a seven year period of performance. Services will be obtained through negotiated firm-fixed price task orders having a magnitude ranging from $2.5k to $7.5M. The A-E small business concerns determined most highly qualified will be considered first for task order requirements ranging from $2.5k to $1.6M. Additionally, task orders for A-E services for construction design in connection with a military construction project or a military housing project estimated at less than $400,000 are to be reserved for small business concerns. Task order for these same types of services estimated at $400,000 or greater will not be reserved exclusively for small business concerns and those task order selections will be determined based on the firm's qualifications to perform the specific project requirements. Other than small business concerns may be considered for AE requirements that fall within the range of $2.5k to $1.6M when it has been determined, based on review of existing SF330s, that the Small Business concerns lack required professional technical qualifications to satisfactorily perform the required services due to specialized experience, technical competence, capacity to accomplish the work in a timely manner, past performance, locations in the general geographical area of the project or knowledge of the locality of the project. As such, the order limitation of the other than small business concern will range from $2.5k to $7.5M. Each A-E firm selected under this announcement will be required to update their SF330s annually in accordance with FAR 36.603(d). In the event the firm is a Joint Venture (JV) partner, the SF330 must be accompanied by the original copy of the Joint Resolution of the Boards of Directors of the firms composing the JV. To be eligible for contract award, Prime and JV partner firms must be registered in the U.S. Government System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. For overseas work, the Government can issue a Letter of Identification to the employees of the successful firm upon their request after task order award, which entitles individual employees of the A-E firm to enter Japan or the Republic of Korea to perform work on task orders issued under the IDC in accordance with the Status of Forces Agreement (SOFA) between the United States and Japan or the Republic of Korea. This invited status is only granted to individual employees; no status will be granted to the A-E firm as a whole under either countries SOFA. Proposal price analysis at the base contract and task order level will be completed in accordance with FAR 15.404-1 and EP 715-1-7 Appendix AA. The Government will make use of the negotiated labor rates, overhead, IGE, procurement history, and other relevant factors on a task order basis to determine the level of effort required for each design effort. Given the large amount of relevant data, there is a high degree of certainty that fair and reasonable A-E level of effort can be negotiated for each design requirement. Task Order Placement. EP 715-1-7, Chapter 5, Paragraph 5-6.c., discusses Ordering under IDCs. Specifically, when two or more IDCs contain the same scopes of work so that a particular task order might be issued under more than one contract, the contract file must be documented to show the basis for selecting a particular contractor for negotiation of a task order. This documentation requirement will be accomplished at the task order level within appropriate pre-award/planning contract files. The noted EP paragraph also references FAR 16.505(b)(1), which discusses "fair opportunity" for orders under multiple award contracts (MATOCs). EP 715-1-7, Chapter 2, Paragraph 2-8.e. provides that a series of A-E IDCs can be termed Architect-Engineer Multiple Award Task Order Contracts (A- E MATOCs per AFARS 5116.505-90(c) if the IDCs are for a specific program or area. An A-E MATOC is basically a group of contracts for a particular program or specific area with same/similar services. A-E MATOCs should not be strictly equated to Multiple Award Task Order Contacts (MATOC) for construction, services or supplies which require price consideration regardless of the grouping or terminology used for A-E contracts, the award of task orders under a separate A-E IDC or under a group of A-E IDCs forming MATOCs must be qualification-based contract actions, per the Brooks Act. Therefore, the competitive procedures in FAR 36.6 will be followed to award task orders off of the awarded IDC A-E contracts. Additionally, IAW FAR Subpart 36.602-3, discussion shall be conducted and ranked with at least three (3) firms considered to be most highly qualified for each task order selection. The offerors will be evaluated based on their qualifications. Selection for task order negotiation is in accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (Pub. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), and FAR 16.500(d), POH will select firms for task order negotiation using the procedures set forth in FAR Subpart 36.6 and DFARS Subpart 236.6. After task order requirements are defined, POH will determine if the SF 330s submitted in response to this synopsis provide the information needed to provide a basis to determine the most highly qualified contractor to perform the task order requirements, or if additional, task order-specific information is needed to determine the most highly qualified contractor to perform the task order requirements. If POH determines that it requires additional, task order-specific information to determine the most highly qualified contractor to perform the task order requirements, POH will issue a task order synopsis to the eligible IDC holders notifying them of the task order requirements and selection criteria, and offering the eligible IDC holders an opportunity to submit SF 330s specific to the task order requirements. Such a task order specific SF 330 may not include a team member not identified in Part I, Section C of the SF 330 submitted in response to this synopsis. In accordance with FAR 36.602-3(a), POH will review the IDC holders' SF 330s on file or, as requested by POH, SF 330s specific to the task order requirements. In accordance with FAR 36.602-3(b) and DFARS 236.602-1(a), POH will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1 and DFARS PGI 236.602-1. If POH's evaluation will be based upon SF 330s on file, POH will evaluate firms' qualifications under the selection criteria set forth below, as applied to the task order requirements. The selection criteria are listed in descending order of importance. Specialized experience and technical competence, Professional Qualifications, Past performance, Capacity to Accomplish the Work, Knowledge of the Locality, Small Business Participation (Note: this is an additional secondary selection criterion applicable only to the unrestricted announcement), Geographic Proximity (secondary criterion, to be used as a tie-breaker only) Total volume of DoD contracts. If POH's evaluation will be based upon SF 330s specific to the task order requirements, the selection criteria will be set forth in greater detail in the task order synopsis. In accordance with FAR 36.602-3(c), the District will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services for the task order. In instances where the District has up-to-date information on the contractors' relevant qualifications under the evaluation criteria applicable to the task order, and POH has held recent discussions with the most highly qualified firms, discussions will be at the discretion of the selection authority. In such instances, the selection authority will use previously acquired discussion information only if all relevant information required by FAR 36.6 is available, documented, and up-to-date. On the basis of the above, in accordance with FAR 36.602-3(d), POH will determine the firms most highly qualified to perform the required services for the task order. The Project Delivery Team will review existing A-E qualifications to determine which A-E firms will be selected for negotiation of a project specific design effort. This process will be consistent with the Brooks Act as annotated under FAR 36.6 and FAR 16.500(d). Documentation of this process will be staffed through Engineering Division for approval and provided to the Contracting Officer for concurrence prior to issuing any task order RFP. 2. PROJECT INFORMATION: The anticipated work will support US Military Construction (MILCON) and Sustainment, Restoration, & Modernization (SRM) construction, Civil Works, and DoD service components and support agencies. Representative types of facilities may include, but not limited to, renovation or new construction of barracks, company operations facilities, tactical equipment maintenance facilities, aircraft maintenance facilities, administrative facilities, family and unaccompanied housing, warehouses, schools, medical facilities, and recreational facilities. Design considerations include historical preservation, antiterrorism/force protection, and sustainable design development (SDD). The estimated construction cost of the facilities may range between $200K and $150M. Deliverables include comprehensive designs in Computer-Aided Design (CAD) and/or 3-Dimensional BIM produced drawings. Understanding and compliance with A/E/C CAD standards is required. Specifications shall be prepared using Specsintact. Construction cost estimates shall be prepared using Micro Computer Aided Cost Estimating System (MCACES)-Second Generation (MII). Design criteria will be based on US DoD requirements with the intent of incorporating local construction methods and materials which meet US DoD criteria. Services may also include topographic surveying and mapping products and boundary surveys, geotechnical investigation services, value engineering, commissioning services, construction phase services, preparation of DD1391s, master planning, technical studies, feasibility studies, facility assessments, environmental studies, and hazardous material surveys. 3. SELECTION CRITERIA The selection criteria are listed below in descending order of importance. Criteria a through e are considered primary. Criteria f and g considered secondary and will only be used as a "tie-breaker" among highly qualified firms that are essentially considered technically equal. For purposes of evaluating selection criteria, the use of the term "firm" means the entity/entities listed on the SF330, Part I, Section C (proposed team) identified as a Prime, JV partner, or Subcontractor. For the purposes of awarding a contract, a firm that is a JV must be registered in the System for Award Management (SAM) as a JV. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The Government will evaluate specialized experience and technical competence based on the information presented in the Architect-Engineer Qualifications - Standard Form 330 (SF330). A maximum of ten (10) example projects may be submitted for consideration under SF330, Part I, Section F. Example projects should be designs completed within six (6) years of solicitation closing date. Incomplete design projects (less than 100% ready-to-advertise) will not be evaluated. For purposes of evaluating selection criteria, the use of the term "project" means a single undertaking executed via a single-award contract or an individual A-E task order. A "project" is not considered a cumulative effort of single-award contracts or task orders. An Indefinite Delivery Contract (IDC) / Indefinite Delivery Indefinite Quantity (IDIQ) contract is not considered a project, rather a task order awarded under an IDC or IDIQ contract would be considered to be a single "project". Additional information demonstrating a firm's qualifications may be presented in other sections of the SF330 as appropriate. (1) Past Experience. Demonstrate experience in accomplishing comprehensive designs as the Designer of Record (DOR) for Design-Bid-Build or Design-Build projects as described in section 2 (Project Information) of this solicitation. Projects of greater scope complexity and requiring participation of multiple disciplines, including sub-consultants, will be evaluated more favorably. For example, past experience for preparation of complete design-bid-build documents of a new 6-story barracks will be evaluated more favorably than preparing Design-Build RFP documents for a pump house at the same location. Demonstration of prior working relationships between the Prime and sub-consultants, with direct involvement of the Prime firm on past projects, will be evaluated more favorably. Example projects that have been completed by multiple entities (e.g., by both members of a joint venture, a subcontractor, and/or a prime firm), should identify the approximate amount of work (as a percentage of the total value) contributed by each entity of the firm in regards to the total effort. The basis of evaluation will be the example project(s) presented in SF330, Part I, Section F and supplemental information provided in Section G and H. (2) Computer-Aided Design (CAD). Ability to prepare A/E/C CAD Standard compliant design drawings in 2D and 3D Building Information Modeling (BIM) with the latest versions of software from Bentley Microstation and Autodesk. Example projects shall state if BIM was employed in the preparation of drawings. Firms shall narratively describe the firm's: 1) implementation and compliance with A/E/C CAD Standards on previous projects; 2) adaptation and familiarity with BIM and when it began using BIM (on a regular basis), and benefit results of BIM. The basis of evaluation will be the example project(s) presented in SF330, Part I, Section F and information provided in Section H. (3) Quality Management. Firms will be evaluated on their approach to ensure technical quality and accuracy of work products. A firm's approach to resolve issues of quality will be analyzed to determine its ability to provide quality design products. Describe and define the processes of the firm's quality control plan and list, by name and position, all key personnel responsible for its execution. Quality control information shall also address safety measures particularly with respect to field work and site investigations. Information describing Quality Management may be presented in SF330, Part I, Section H. A detailed design quality control plan is not required but will be required prior to each individual task order award for the selected firms under the solicitation. b. PROFESSIONAL QUALIFICATIONS. Provide a maximum of two (2) Key Personnel for disciplines identified below with the exception of the Architectural discipline, which a maximum of (4) individuals may be provided. Firms will not be evaluated more favorably for identifying additional Key Personnel beyond the maximums indicated. Identified key personnel will be more highly evaluated if the individual demonstrates longevity with the firm and participated in the Example projects submitted in SF 330 Section F. Use a separate Section E for each individual. Do not generalize professional registrations or certifications, rather provide specific details. All architect/engineer disciplines must be registered in the appropriate professional field. For purposes of this selection criteria, the use of the term "registered" is defined as a Registered Architect or Professional Engineer registered to practice in the particular discipline in a State, the District of Columbia, or an outlying area of the United States. The Government will evaluate, as appropriate, the registration, education, certifications, overall and relevant project experience, and longevity with the firm. This criterion primarily focuses on the qualifications of the key personnel for the contract and not the quantity of personnel, which is addressed under the "capacity to accomplish the work" criterion. Provide key personnel resumes for the following disciplines: (1) PROJECT MANAGERS (U.S. Registered Architect or Engineer) (2) U.S. REGISTERED ARCHITECTS (3) U.S. REGISTERED STUCTURAL ENGINEERS (4) U.S. REGISTERED CIVIL ENGINEERS (5) U.S. REGISTERED MECHANICAL ENGINEERS (6) U.S. REGISTERED FIRE PROTECTION ENGINEERS (7) U.S. REGISTERED ELECTRICAL ENGINEERS (8) U.S. REGISTERED COMMUNICATION DISTRIBUTION DESIGNERS (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have a current active RCCD registration. (9) U.S. REGISTERED GEOTECHNICAL ENGINEERS (10) U.S. REGISTERED ENVIRONMENTAL ENGINEERS (11) U.S. REGISTERED SURVEYORS (12) COST ENGINEER (At least ten (10) years cost estimating experience and be a Certified Cost Consultant (CCC) or Certified Cost Professional (CCP) as certified by the AACE. Demonstrate experience in use of MII software) (13) CAD OPERATORS/TECHNICIANS with experience in CAD and 3-D Building Information Modeling (BIM) (14) COMMISSIONING AUTHORITY (CxA) (Certification as a CxA from either AABC, AEE, BCxA, NEBB, TABB, ASHRAE, or University of Wisconsin-Madison. Has minimum 5 years commissioning authority (CxA) experience/oversight on a minimum of two (2) similar projects identified in this solicitation) (15) CERTIFIED VALUE SPECIALIST (CVS certified) c. PAST PERFORMANCE. Firms will be evaluated on past performance for quality of work products, compliance to project schedules, and effectiveness of management. Past performance data for example projects presented under Part I, Section F of the SF330 will be considered. Past performance evaluations will be retrieved through the Government's Past Performance Information Retrieval System (PPIRS) and managed through the Contractor Performance Assessment Reporting System (CPARS). PPIRS is the primary source of information for past performance. Performance evaluations will be queried for all Prime firms and major sub-consultants. Any credible, documented information on past performance may be considered, but the Government is not required to seek other information on past performance if none is available through PPIRS. (Note: Past Performance Questionnaires (PPQ) can be used to provide or supplement a firm's past performance. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to POCs indicated in this solicitation). NOTE: if no relevant past performance information is available or the record is so sparse that no meaningful rating can be reasonably assigned, then the Offeror will be given a rating of Neutral and shall not be evaluated favorably or unfavorably. d. CAPACITY TO ACCOMPLISH THE WORK. Demonstrate the firm's experience in completing similar magnitude of projects indicated in this solicitation and capacity to perform at least three (3) simultaneous task orders (primarily in the POH AOR) and accomplish it within the Government's required schedule. Demonstrate ability and available capacity to take on unanticipated additional work. Firms will be evaluated on their capability to perform work based on the number of employees of disciplines identified under criterion b (Professional Qualifications) and narrative description addressing above requirements. The basis of this evaluation for this criterion will focus on the information identified in SF330, Part I, Section H and Part II General Qualifications. e. KNOWLEDGE OF LOCALITY. Firms shall demonstrate knowledge of localities per example projects. Knowledge of USACE Pacific Ocean Honolulu (POH) Area of Responsibility (AOR) will hold much higher weight and evaluated more favorably than Pacific Ocean Japan (POJ), and Pacific Ocean Far East (POF) AOR. General understanding of the local conditions, including physical environment, local engineering criteria, and construction methods will be evaluated. The following key personnel resumes shall also be evaluated for knowledge of localities: Project Manager, Architectural, Civil, Structural, Mechanical, and Electrical. The basis of evaluation for this criterion will focus on the information provided in SF330, Part I, Section E (Resume of Key Personnel), Section F (Example Projects), and Section H (Additional Information) that provides additional information describing same/similar qualifications as deemed necessary for performance under the IDC. SECONDARY selection criteria, to be used as tie-breakers among technically equal firms, are listed in descending order of importance as follows: f. GEOGRAPHIC PROXIMITY IN RELATION TO THE LOCATION OF THE WORK. Firms will be evaluated based on their main office's physical proximity to Hawaii. g. VOLUME OF DOD CONTRACT AWARDS. Specify the total volume of work awarded to the firm within twelve (12) months of solicitation closing. When identifying the total volume of work, include all stand-alone or indefinite delivery contract (IDC) task orders, including modifications, issued by DoD agencies. DO NOT include the potential value of an IDC, nor options which have not been exercised. Information may be presented in SF330, Part I, Section H or the Government may obtain the information through other means. h. SB Participation. Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUBZone small businesses, Veteran Owned small businesses, Service Disabled Veteran Owned Small Businesses, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort. The greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. The basis of the evaluation will be information submitted in Section H of the SF 330. 4. SUBMISSION REQUIREMENTS. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit three (3) hard copies and one (1) CD (electronic format that is searchable in.pdf or MS Word) to include: a. Standard Form 330 Part I (section A through I), Architect-Engineer Qualifications, Contract-Specific Qualifications for the prime A-E and all proposed sub-consultants. Additional guidance is provided: In Section D, include an Organization Chart to indicate how each entity of the firm (prime, JV partner, and each subcontractor as identified in Section C) integrates into the composite team In Section E, provide brief resumes of the key personnel that will have technical and/or managerial control of the contract. Resumes must be submitted for each discipline required to meet the minimums stated in paragraph b. In Section G, Block 26, include the entity (prime, JV partner, or subcontractor) and location associated with the individual. The names of all individuals included in the resumes provided in Section E shall be listed in block G-26 along with their entity, location, and role even if example project experience in block G-28 is not applicable. In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3.a, Specialized Experience and Technical Competence. When addressing firm capabilities, clarify planned capability, existing capability and prior experience, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific criteria listed in Section 3.a. Indicate the estimated percentage involvement of each entity of the firm. b. Standard Form 330 Part II, Architect-Engineer Qualifications, General Qualifications (the prime A-E and all proposed sub-consultants must submit current SF 330 Part II). In Block No. 4, Part II, provide the Data Universal Numbering System (DUNS) number issued by the 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 (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number). The SF 330 proposals must be submitted to the specified office no later than 2:00 PM (Hawaii Standard Time) by the response date shown on this announcement. Allow sufficient time for submissions to reach the below specified office by the due date. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Submissions shall be in sealed envelopes or packages (i) addressed to the office specified below, and (ii) show the solicitation number and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information stated in the prior sentence. It is in the offerors interest to follow up by calling the POC to inquire about receipt of their submissions; to consider utilization of door-to-door commercial carriers; and to not wait for the last minute to submit in the event that the original submission is lost and a second submission is necessary. Submittals should be addressed to: U.S. Army Corps of Engineers, Honolulu District ATTN: Contracting Division (CEPOH-CTA) Building 252 (Ms. Merbby Nicolas) Fort Shafter, Hawaii 96858-5440 Submissions shall not exceed one hundred twenty (120) standard 8.5 x 11 pages. Only numbered pages will be recognized and evaluated. Use fonts no smaller than ten (10)-pitch. Do not repeat information from Sections A-G of the SF330 in Section H. For submissions that exceed one hundred twenty (120) pages, only the first one hundred twenty (120) pages may be considered for evaluation. The 120 page limit applies to the SF330, Part I. SF330, Part II is not counted towards the page limit. CPARS reports and PPQs are not counted in the page limit. Tabs and dividers will not count toward the page limit. This is not a request for proposal. Any questions, requests for explanation or interpretation of this Solicitation must be submitted to the Government point of contacts by 2:00 P.M. Hawaii Standard Time 7 calendar days prior to the closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A18R0014/listing.html)
 
Place of Performance
Address: Honolulu District Area of Responsibility, United States
 
Record
SN05032808-W 20180812/180810231423-4d2dbae72f12c9519ae710d99a6fd983 (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.