SOLICITATION NOTICE
C -- General Design - A-E Services
- Notice Date
- 1/16/2020 9:46:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN20R2000
- Response Due
- 2/18/2020 1:00:00 PM
- Archive Date
- 03/04/2020
- Point of Contact
- Sabrina Bastine, Phone: 9126525943, Aleesha D. Butler, Phone: 9126525293
- E-Mail Address
-
sabrina.bastine@usace.army.mil, aleesha.d.butler@usace.army.mil
(sabrina.bastine@usace.army.mil, aleesha.d.butler@usace.army.mil)
- Description
- Technical Point of Contact: Curtis McKenzie at 912-652-5895 Curtis.L.McKenzie@usace.army.mil � Small Business Point of Contact: Leila Hollis at 912-652-5340 leila.hollis@usace.army.mil Contracting Officer: Sabrina Bastine at 912-652-5943 or email: sabrina.bastine@usace.army.mil; ALL QUESTIONS SHOULD BE SUBMITTED THROUGH PROJNET SEE PARAGRAPH 5 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of three multidiscipline Indefinite Delivery Contracts (IDC) for large projects. These contracts are being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. �Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.� All Architects and Engineers (A-E), including subcontractors, 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, including subcontractors, that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contractor task order for the Design-Build of that particular project. Contracts may be issued up to one year after selection approval. Offerors are cautioned to read this announcement in its entirety. Contracts awarded as a result of this announcement will be administered by the Savannah District for use on federal projects under its jurisdiction and if requested other Army Corps of Engineers Districts. Typically, the contract will be for one base ordering period (three years) and one option period (two years) with a total contract limit of five years or $20,000,000 maximum capacity. Work will be issued by negotiated firm-fixed price task orders. Task Orders will be primarily for design of projects with a construction value greater than $2 million, however as required, lower value projects may be executed under these contracts. Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will follow an approved process. The North American Industry Classification System (NAICS) 541330 size standard is $16.5 million. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals by identifying subcontracting opportunities with small business as identified in Factor 6 Small Business Participation. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.704 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan to meet the Savannah District small business targets. Of the subcontracted work, 50% of the work would go to small business; 17% to small disadvantaged business (a composite of small business); 18% to women-owned business (a composite of small business); 10% to HUBZone small business (a composite of small business); 4% to service-disabled veteran-owned small business (a composite of small business and veteran-owned small business); and 8.5% to Veteran-owned small business (a composite of small business). The small business subcontracting plan will be evaluated in accordance with AFARs Subpart 5119.7 and AFARS Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at http://www.fsd.gov or by contacting the SAM Customer Service Desk at 1-866-606-8220. 2. PROJECT INFORMATION: Work may consist of but not limited to preparation of reports, studies, master planning, project planning, design criteria, preparation of drawings and specifications, commissioning, cost estimates, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. The work primarily consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as horizontal construction projects (airfields, roads, ranges, etc.). Work may consist of completing the designs of Center of Standardization projects. The firm may be required to provide construction phase, commissioning and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All designs must comply with the Savannah District Design Manual. All designs will utilize Building Information Modeling (BIM) software. BIM software platform and drawing file format will be determined per task order. All drawing files will be developed using the Architect/Engineer/Contractor (A/E/C) Standard, as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Facilities Guide Specifications (UFGS). Responses to Government review comments will be provided on the Corps of Engineers Design Review and Checking System (DrChecks). 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Submissions will be evaluated on each of the factors listed below. Each of the first five factors will be assigned a rating from outstanding to unsatisfactory, based on the risk to the government that the offeror will successfully perform the factor being evaluated. The remaining factors will only be used as secondary *tiebreakers* among firms that are technically equal. An overall consensus rating will be given to each submission. Awards will be made to the firms determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 (Specialized Experience and Technical Competence) and Factor 2 (Key Personnel) are weighted equally and each is significantly more important than Factor 3 (Past Performance), which is more important than Factor 4 (Work Management), which is more important than Factor 5 (Knowledge of Locality).� Factor 6 (Small Business Participation), and Factor 7 (Volume of DoD Contract Awards) will only be used as *tiebreakers* among firms that are technically equal. **** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence over the past 8 years in (in descending order of importance within this category): a. Design of new facilities or utility systems of various types, sizes, and complexities; b. Rehabilitation of existing facilities or utility systems of various types, sizes, and complexities. c. Design of projects on Army or Air Force installations; d. Application of Anti-Terrorist/Force Protection criteria; e. Cost engineering using Micro-Computer Aided Cost Estimating System (MCACES); f. Sustainable design utilizing LEED rating tools; g. Preparation of the development of the technical information for design-build Request for Proposals; h. Construction phase services including shop drawing review and preparation of O&M manuals. i. Building Information Modeling (BIM) using Bentley BIM software and REVIT using Autodesk software. Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and most recent firm and employee history of experience on similar projects. **** FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis (19 total resumes) and in the following key disciplines, that are required to be licensed, registered, and/or certified: architect (2), structural engineer (2), civil engineer (2), mechanical engineer (2), electrical engineer (2), fire protection engineer (1), geotechnical engineer (1), land surveyor (1), and certified industrial hygienist (1). Resumes shall also be provided for other key personnel as follows (5 total resumes), and registration/certification is encouraged: project manager (2), interior designer (1), cost estimator (1), and landscape architect (1). The fire protection engineer must be either: an engineer having a BS or MS degree in fire protection engineering, from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; or, a registered PE who has passed the NCEE fire protection engineering written exam; or a registered PE in a related engineering discipline with a minimum of 5 years� experience dedicated to fire protection engineering. Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. **** FACTOR 3 - PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with design schedules and project cost estimating control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on Contracting Performance Assessment Reporting System (CPARS) ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous eight years. **** FACTOR 4 - WORK MANAGEMENT. A proposed management plan shall be presented in Section H of SF 330. The plan will be judged on experience producing quality designs based on an evaluation of the firm's design quality management plan. The design quality management plan should include an organization chart in Section D of SF 330 and briefly address the management approach, team organization, quality control procedures, project cost estimating and design schedule control, and the coordination of in-house disciplines and consultants. The SF 330 shall clearly indicate the primary office where the work will be performed and its staffing.� Any work not done out of the primary office shall be identified. Address the firm's capacity and necessary experience to perform five simultaneous $500,000 task orders in a 180-day period. FACTOR 5 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of DoD projects in the geographic area where the majority of the work is anticipated to be accomplished. The Savannah District area of responsibility (AOR) for General Design includes, but is not limited to, military installations in Georgia, South Carolina, North Carolina, Florida, and Alabama.� FACTOR 6 - SMALL BUSINESS PARTICIPATION. All offerors (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses.� As a minimum, the narrative shall discuss: a. Goals for subcontracting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses; b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institution s (HBCU/ MI) have been identified for participation as part of the offeror's team; c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. FACTOR 7 - VOLUME OF DoD CONTRACT AWARDS.� Volume of DOD contract awards in the last 12 months. 4. TELEPHONIC INTERVIEW. Those firms achieving the selection list will be given a telephonic interview, the results of which will be factored into the firms overall rating. The following questions will be provided for the short listed firms to provide a written and telephonic response: ** Discuss three important lessons learned from your example projects on your SF 330 Part I that would be applicable to this contract. ** Discuss your quality control procedures that ensure the proper coordination of disciplines and the development of the best design solution the first time. ** Describe your firm's approach for involving the project sponsors, stakeholders, USACE, etc. in the design process. 5.� QUESTIONS/PROJNET.� Questions concerning submissions should be submitted via Bidder Inquiry in ProjNet at www.projnet.org/projnet. ProjNet will close for submissions February 7, 2020. Bidder Inquiry Key No. SMEX78-IK7WI9 Specific Instructions for Initial ProjNet Bid Inquiry Access: From the ProjNet home page, click on Quick Add on the upper right side of the screen. Identify the Agency as USACE. Key. Enter the Bidder Inquiry Key listed above. Email. Enter the email address you would like to use for communication. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: Steps 1 through 3: same as above. 4. Email. Enter the email address you used to register previously in ProjNet. 5. Click Continue. A page will then open asking for the answer to your Secret Question. 6. Enter your Secret Answer and click Login. Once this is completed, you are logged into the system. 6. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must submit the entire submission of the SF 330, not to exceed 5 Megabytes, as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Please note that an Indefinite Delivery Contract (IDC) will not be considered a single project for SF330 Section F Example Projects. Indicate in Section C.11 if the prime has worked with the team members in the past eight years. In Section G.26, include the firm each of the key personnel is associated. FIRMS MUST INCLUDE THE DUNS NUMBER AND CAGE CODE FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Submissions are to be received by February 18, 2020 at 4:00 PM EST. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. DIRECTIONS FOR SUBMITTING SF 330 NOTE: SUBMISSION SENT VIA EMAIL OR FACSIMILE WILL NOT BE ACCEPTED. HAND CARRIED SUBMISSION IS NOT AUTHORIZED. All SF 330s shall be submitted on CDs � 2 copies are required. Title the file(s) in the following format: W912HN20R2000_COMPANY NAME All submissions must be addressed to: DEPARTMENT OF THE ARMY SAVANNAH DISTRICT, CORPS OF ENGINEERS CESAS-EN-EP, Mr. CURTIS MCKENZIE, R.A. 100 W. OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640 PERSONAL VISITS FOR DISCUSSING this announcement WILL NOT BE SCHEDULED.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/da21f1248dae4806a77cd2edef4ba9aa/view)
- Record
- SN05536648-F 20200118/200116230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |