SOLICITATION NOTICE
C -- Air Force Reserve Command Nationwide A/E IDIQ MATOC Pool Unrestricted
- Notice Date
- 1/24/2020 9:40:42 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR20R0024
- Response Due
- 2/24/2020 11:00:00 AM
- Archive Date
- 03/10/2020
- Point of Contact
- Joshua A. Gitchel, Phone: 5023156196, Levi R. Speth, Phone: 5023156199
- E-Mail Address
-
joshua.gitchel@usace.army.mil, levi.r.speth@usace.army.mil
(joshua.gitchel@usace.army.mil, levi.r.speth@usace.army.mil)
- Description
- 1.) SYNOPSIS: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services for Air Force Reserve projects nationwide (including Puerto Rico, Guam, and American Samoa). Awards will be made as Firm-Fixed Price Task Orders during the period of performance. The total combined contract capacity under the umbrella contract is valued at $45,000,000 over a five year period. This is a five year contract, with no option years. The expected construction cost of projects designed as a part of this contract is between approximately $3,000,000 and $50,000,000. There is no limit on the value of individual task orders.� Work will be issued by negotiated firm-fixed-price task orders.� Firm (s) that are selected for negotiation of a contract may be required to submit additional information at a later time for use in the evaluation of qualifications for specific Task Orders. The period of performance for task orders issued under these contracts may extend beyond the five year ordering period. up to five firms will be selected to be a part of the umbrella contract. If the Contracting Officer determines during the selection process that fewer or more contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all.� Once selected, the following factors will be used in deciding which selected firm will be utilized for task orders: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Knowledge of the locality of the project; (6) Other appropriate evaluation criteria specific to the task order requirement. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated start date is July 2020. As a contract specifically procured by the Louisville District for the U.S. Air Force Reserve, the selected firms and relevant sub-consultants will be required to attend an annual two-day partnering workshop in Louisville, KY for the life of the contract. This workshop will require the attendance of representatives from the selected firms to define the Government's expectations, create a positive working atmosphere, encourage open communication, and to identify common goals. Cost for these sessions will be borne by the selected firms. In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services. � 2.) PROJECT INFORMATION:� The selected offeror will be solely responsible for the designs that they produce, and will become the designer of record or Design-Build RFP preparer for each individual project on their contract.� Projects may consist of planning, design, and related services for military projects for the U.S. Air Force Reserve and other military customers of USACE Louisville District.� Project task orders under this contract may include design of new construction, partial renovation or full renovation of some or all of the following types of building structures: aircraft and vehicle maintenance shops (which include hangars, work bays, administration, special training, storage and support spaces); stand-alone buildings (which include administration facilities, unheated storage, and direct support/general support warehouses); and other facilities unique to the Air Force Reserve and military installations. � A/E services may consist of the following activities: preparation of construction solicitations for design-bid-build (complete design) projects and design build RFP�s (request for proposal); concept level designs and engineering feasibility studies; military master planning; site investigation/assessment of existing conditions; value engineering services; engineering services during construction (shop drawing review, site inspection, etc); design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; LEED Certification, sustainable design; construction cost estimates and schedules; technical studies/analysis in support of design for new construction and renovation; comprehensive planning that is related to future construction requirements on military installations; coordination and attainment of local, state and federal permits; support and coordination in the development of utility agreements; and utility investigations � Additional A/E support services may include: geotechnical studies; interior design services; environmental compliance; National Environmental Policy Act documentation; controlled waste and flammable storage design; asbestos, lead and PCB surveys and/or abatement.� Other A/E services beyond traditional design may include: site selection; American Land Title Association surveys; deed and title services; DD form 1391 development; facility assessments; updating the Air Force Reserve Design Criteria; development of standard designs and value engineering workshops. � Project-specific requirements will be described in each individual task order�s Statement of Work.� 3.) SELECTION CRITERIA: Selection criteria in descending order of importance are listed below. Paragraph 3(a) through Paragraph 3(d) are primary, and Paragraph 3(e) is secondary. Professional Qualifications: The government�s evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm. Only SF330 Section E, Section F, Section G, and the IDIQ additional consideration information in Section H will be used to evaluate the offerors� professional qualifications. � The government will also consider prior teaming experience between multiple designers included in Section E working on the same project in their proposed role and included in SF330 Section G. In addition to considering the participation of all team members on the projects listed in Section F and G, the government will give additional consideration to projects listed in Sections F and G led by the proposed Project Managers and additional consideration to projects in Sections F and G where the lead designer role was filled by at least one of the two designers included in Section E for the following disciplines: Architecture, Civil, Electrical, Mechanical and Structural.� � Specialized Experience and Technical Competence: The government�s evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F that demonstrate the Specialized Experience and Technical Competencies below. The government�s evaluation will also consider how the these same Specialized Experience and Technical Competencies are demonstrated in the individual team members� resumes for both designers and checkers in SF330 Section E, for the disciplines as indicated below in parentheses. � Use of Building Information Modeling or Civil Information Modeling (Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use of USACE CADBIM Policies and Procedures (Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use of Design/Build project design methodology from RFP preparation perspective (Project Managers, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use of UFC 1-200-02 and sustainable design (Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use of UFC 3-410-01 and HVAC design for military construction projects (Project Manager, Architecture, Mechanical, Electrical and Fire Protection) Use of UFC 3-600-01 and fire protection design for military construction projects (Project Manager, Architecture, Mechanical, Electrical and Fire Protection) Use of UFC 4-010-01 and design of anti-terrorism and force protection measures (Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use and understanding of AFRCH 32-1001 Air Force Reserve Command Standard Facility Requirements (Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use and understanding of Intelligence Community Directive (ICD) Number 705 and design of secure areas/facilities (Project Manager, Architecture, Mechanical, Electrical and Interior Design) Understanding of the Louisville District Military Design Guide to include the (Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Understanding of Air Force Reserve installation-specific requirements such as Installation Design Guides, environmental requirements, and master specifications (Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Construction cost estimating using MCASES MII (Cost Engineer) Performance of design Charrette (Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use of Specs Intact (Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Facilitation of Value Engineering studies in accordance with SAVE (Value Engineering) Experience with Cybersecurity and Risk Management Framework (RMF) Process (RCDD, Electrical) The DQMP included in Section H will also be considered when evaluating Specialized Experience and Technical Competency of the offeror. Capacity: The government�s evaluation of the offeror�s capacity narrative and associated tables, figures, etc. included in SF330 Section H will consider the offeror�s ability to complete the work in the required time with the understanding that this contract may require multiple design teams to work multiple task orders at various locations simultaneously. The IDIQ additional consideration information included in Section H will also be considered when evaluating capacity.�� � Past Performance: The government�s evaluation of past performance will consider (1) the performance evaluations provided in Section H for the projects in Section F, (2) any performance evaluations in ACASS/CPARS for the DUNS numbers of any firms or offices listed in the SF330 or for any of the projects included in Section F, and (3) if not already considered, the overall past performance on IDIQ contracts provided in the IDIQ additional consideration information included in Section H. Performance evaluations completed by the Contracting Officer�s Representative (COR) or equivalent role on the contract are preferred. While all performance evaluations may be considered, those for projects listed in Section F and projects with similar scopes of work will receive the most consideration when evaluating past performance Small Business Participation: The government�s evaluation of the offeror�s Small Business Participation plan will consider level of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUB Zone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members. 4.) SUBMISSION REQUIREMENTS: Offerors must submit one (1) hard copy and one (1) electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 150 pages in length (excluding the SF 330, Part IIs). Resumes in Section E can be no more than two pages in length, and individual projects in Section F can be no more than 4 pages in length. Section H shall be 20 pages or less in length and may only include information specifically required by this presolicitation to be in Section H. All government evaluation of proposals associated with the selection criteria in Paragraph 3(a) and 3(b) will be performed using Section E, Section F, Section G and Section H as indicated in Paragraph 3. Any additional information included in the proposal not specifically required may not be evaluated or considered. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. Dividers, bindings and cover sheets do not count against the total page count of the response to the RFP Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Additional instructions and clarifications for SF330: SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11�x 17� organizational chart as part of their submission. This will be considered only one page of their submission. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be �dual-hatted�.� Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 thru 32.� Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. project manager, architect� designer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below.� Proposals that strongly demonstrate, in lieu of just listing, the specialized experience and technical competence included in Paragraph 3(b) will be evaluated more favorably. For all designer roles, the resume shall clearly list what features of work of the project were designed and stamped/sealed by the designer as the legal designer or record. For all checker roles, the resume shall clearly demonstrate that the individual has performed in the checker (QA/QC) role previously.� �� Project Manager, Registered Architect or Professional Engineer, 10 Years Indicate years of experience leading multidisciplinary teams (Architect, Civil/Site, Mechanical, Electrical, Plumbing, Structural) in vertical construction projects Project Manager, Registered Architect or Professional Engineer, 10 Years Indicate years of experience leading multidisciplinary teams (Architect, Civil/Site, Mechanical, Electrical, Plumbing, Structural) in vertical construction projects Architect Designer, Registered Architect, 10 Years Architect Designer, Registered Architect, 10 Years Architect Checker, Registered Architect, 10 Years Civil Engineer Designer, Registered Professional Engineer, 10 Years Civil Engineer Designer, Registered Professional Engineer, 10 Years Civil Engineer Checker, Registered Professional Engineer, 10 Years Structural Engineer Designer, Registered Professional Engineer, 10 Years Structural Engineer Designer, Registered Professional Engineer, 10 Years Structural Engineer Checker, Registered Professional Engineer, 10 Years Mechanical Engineer Designer, Registered Professional Engineer, 10 Years Mechanical Engineer Designer, Registered Professional Engineer, 10 Years Mechanical Engineer Checker, Registered Professional Engineer, 10 Years Electrical Engineer Designer, Registered Professional Engineer, 10 Years Electrical Engineer Designer, Registered Professional Engineer, 10 Years Electrical Engineer Checker, Registered Professional Engineer, 10 Years Geotechnical Engineering Designer, Registered Professional Engineer, 10 Years Geotechnical Engineering Checker, Registered Professional Engineer, 10 Years Interior Designer, certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design, 10 years Interior Design CHECKER, certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design, 10 years Environmental Engineering Designer, No certification required, 10 years Environmental Engineering Checker, No certification required, 10 years Communication Distribution Designer, RCDD, 10 years Communication Distribution Checker, No certification required, 10 years Landscape Architect, Registered Landscape Architect, 10 years Cost Engineer, Certified Cost Engineer (CCE), Certified Cost Consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering), 10 Years BIM Manager, No Certification Required, 3 Years Fire Protection Engineering Designer, Registered Fire Protection Engineer, 10 years Fire Protection Engineering Checker, Registered Fire Protection Engineer, 5 years Value Engineer, Certified Value Specialist, 10 Years Commissioning Agent, 5 years a NEBB qualified Systems Commissioning Administrator (SCA);� ACG Certified Commissioning Authority (CxA); ICB/TABB Certified Commissioning Supervisor; BCA Certified Commissioning Professional (CCP); AEE Certified Building Commissioning Professional (CBCP); University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP) � SF330 Section F: Projects included in SF330 Section F will be considered more relevant if construction is substantially complete, and projects that achieved substantial completion more recently will be considered more relevant.� Substantially complete is defined as a construction project when the project and/or facility can be used for its intended purpose. Of the up to ten projects included in SF330 Section F, a minimum two of the projects must be design/build request for proposal preparation by the offeror and minimum of two must be fully designed by the offeror. Base MATOC or IDIQ contract awards may not be used as projects, only individual task orders that resulted in actual design effort from these base MATOC and IDIQ contracts may be used. For all projects included in Section F, the offeror must indicate what percentage by dollar value of the overall work was self-performed by the team being submitted as a part of this SF330. This percentage shall only include the work that was performed by individuals who were employed by the firms listed in this SF330, even if the work was performed as a part of a joint-venture or a team of A-E contractors. SF330 Section H: In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F.� Performance evaluations will not be counted against the 20 page limit of SF330 Section H or the 150 page limit for the entire SF330. In SF330 Section H, each offeror shall produce a detailed Design Quality Management Plan including the following items: An explanation of the firm's management approach Management of sub-consultants (if applicable) Procedures for obtaining local, state and federal regulatory permits in a timely manner Procedures for dealing with design features unique to localities nation-wide (like soil conditions Seismic requirements, climate factors, etc.) Quality control procedures to include the roles and responsibilities of checkers (for plans, specification, design analysis and electronic documents) Risk management and mitigation processes, procedures to insure that internal resources are not over committed A narrative explaining of the chain of command to include individuals that will serve as the single point of contact for the contract and other senior leaders which are responsible to ensure successful execution of task orders An organizational chart showing the inter-relationship of management and various team components (including sub-consultants). Section H shall also include a Capacity Narrative and associated tables, figures, etc. showing the offeror�s ability to complete the work with available resources and available ramp-up capacity with numerous high-quality design teams. In SF330 Section H, the offerors may receive additional consideration for the successful execution of IDIQ contracts.� For each IDIQ included, the offeror shall provide the contract and task order number (if applicable), the total contract capacity and capacity used, number of task orders, performance evaluation ratings for task orders (ratings only, not entire evaluation), team members noted in Section E that were legal designers of record or checkers for task orders and team members that were responsible for the overall management of the IDIQ. In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. The number of pages of the Small Business Small Disadvantaged Business Plan do not count against the total page count for the response to the RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% Participation'). Release of firm status will occur within 10 days after approval of any selection. �All responses on SF 330 to this announcement must be received no later than 02:00 PM Eastern on 24 February 2020. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Josh Gitchel, 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202-2267. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6033d0badcce4497ba1645b3646ba1d7/view)
- Record
- SN05542859-F 20200126/200124230145 (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 |