MODIFICATION
C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR MILITARY SERVICES FOR THE KANSAS CITY DISTRICT
- Notice Date
- 2/25/2020 1:02:45 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- W912DQ20R4002
- Response Due
- 3/27/2020 8:00:00 AM
- Archive Date
- 04/11/2020
- Point of Contact
- Jaclyn C. Yocum, Contracting Specialist, Phone: 8163892266
- E-Mail Address
-
jaclyn.c.yocum@usace.army.mil
(jaclyn.c.yocum@usace.army.mil)
- Description
- 1.� CONTRACT INFORMATION:� These MATOC contracts are being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6.� Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.� The Architect-Engineer (A-E) contracts are required to support all Military projects assigned to Kansas City District (NWK) throughout the geographical boundaries of Northwestern Division (NWD) and other U.S. Army Corps of Engineers districts. Selection of IDC contracts will be based on planning and design criteria described below. Selection of task orders will be based on appropriate selection criteria consistent with the Brooks Act and FAR subpart 36.6. A target of five (5) indefinite delivery contracts (IDCs) will be negotiated and awarded for this Unrestricted MATOC; open to all businesses regardless of size. The total value of all task orders issued under this MATOC pool will not exceed $125M. 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. A Small Business Set-Aside MATOC, with a target of five (5) IDCs, will be negotiated and awarded for $25M shared capacity at a later date.� SF330�s for the Unrestricted Capacity is only being requested at this time. There is a $50M 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 qualification for specific Task Orders. The base ordering period for MATOC pool will not exceed five (5) years, with one option for an additional two (2) years.� The ordering period for the MATOC pool will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period, along with the additional two (2) years if the option is exercised.� The period of performance for task orders awarded under the pool will be determined based upon the work requirement and will be included in the task order solicitations and negotiated task order award documents.� Award of these contracts is anticipated in spring of 2020.� The North American Industrial Classification System (NAICS) codes for this procurement is 541330 (Engineering Services). If a large business is selected, it must comply with FAR 52.219-9 Small Business Subcontracting Plan regarding the requirement for a small business subcontracting plan on that part of the work it intends to subcontract.� The plan is not required with this submittal, but will be required with the price proposal of the firm selected for negotiations. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act.� Service wage rates will be determined relative to the employee�s office location rather than the location of work. Firms must have a Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) System for Award Management (SAM).� If you were not previously registered, please go to https://www.sam.gov.� Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf.� Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220.� Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS-1442 report.� Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNs number. 2.� PROJECT INFORMATION:� Projects may include but are not limited to new construction, repair or renovations, and master planning for vertical structures and horizontal infrastructure. The required A-E services may include but are not limited to planning, preparation of special reports or studies, development of design criteria for design-build contracts, preparation of design analyses, drawings and specifications, cost estimating and commissioning. �Additionally, these contracts may include ancillary design work involving site investigation, UXO avoidance support for drill and survey crews, geotechnical reports, and topographic surveys.� Construction phase services including but not limited to shop drawing review, design during construction, site visits, etc., may be included as options on task orders.� CADD, Building Information Modeling (BIM) and GIS deliverables may be required with deliverables in Microstation� or AutoCAD� format. In addition to CADD, the use of the latest BIM may be required that is compliant with the latest version of the Industry Foundation Classes (IFC) as established by the International Alliance for Interoperability (IAI). � A-E tasks will require an understanding of sustainable design principles, including the GBCI LEED rating system and Guiding Principle Validation systems.� Sustainable design is an integrated design approach that emphasizes environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments.� �� 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. Project-specific requirements will be described in each individual task order�s Statement of Work.� Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. 3.� SELECTION CRITERIA:� The selection criteria are listed below in descending order of importance.� Criteria �a� through �e� are primary and will be evaluated for all offerors.� Criteria �f�, �g� and �h� are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Specialized experience and technical competence in: Design of new buildings and structures.� Examples of new buildings or structures may include but are not limited to vehicle maintenance facilities, administrative facilities, child development centers, medical facilities, hangers and related aircraft support systems, industrial facilities, ranges, training facilities, runways, pavements/hardstands, barracks, kitchen and food service, etc.� Design of repair and renovation projects.� Examples of potential repair or renovation projects may include but are not limited to whole building renovation, repair or replacement of architectural elements, building seismic upgrades; force protection upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems; asbestos and lead abatement services related to building renovation or demolition; renovation of historic structures, etc. Experience in development of design-build contracts.� Examples may include but are not limited to projects similar to the categories listed in 1) and 2) above. Quality management procedures.� Firms demonstrating a third-party certified (e.g. ISO 9001 or similar) quality management system will be given greater consideration.� A detailed quality control plan is not required with this submission but will be required subsequent to award of the contract. For factors a.1 through a.3, the basis of evaluation will be the project descriptions in Section F of the SF 330. Factors a.1 and a.2 are equal in importance. In descending order, factors a.3 and a.4 are less important than factor a.1 and a.2. �The evaluation will consider characteristics such as:� breadth, and complexity of experience and delivery methods; incorporation of innovative solutions; and use of modeling tools. For factor a.4, the basis of the evaluation will be the description of the firm�s quality management procedures in Section H of the SF 330. Professional Qualifications:� Responding firms shall demonstrate the professional qualifications in these key disciplines: Project manager Architect Structural engineer Mechanical engineer Electrical engineer Civil engineer Fire protection engineer Interior design Geotechnical engineer Cost Engineer/estimator Commissioning Authority Additional disciplines required as part of the contract that will not be evaluated include: community/urban planner, landscape architect, certified industrial hygienist, force protection specialist (physical security), force protection specialist (electronic security), aerial photography, archaeologist, historic architect, wildlife biologist, environmentalist, surveyor, geologist, GIS Specialist, Drill crew, Drilling/Boring testing, and economist. The basis of evaluation will be information provided in section E of the SF 330.�� The SF 330 shall include a matrix in Section G showing experience of the proposed lead disciplines on the projects listed in Section F of the SF 330.� The qualifications (education, professional registration, certifications) and experience (overall and relevant experience, longevity with the firm) will be considered.� All disciplines are equal in importance.� This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel.� The number of personnel is addressed under the capacity criterion below.� The lead personnel for each discipline should be clearly identified in section E.� Only one resume (the lead for that discipline) will be evaluated for each discipline. �� Past Performance Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The Contract Performance Assessment Reports System (CPARS) is the primary source of information on past performance.� CPARS will be queried for all firms submitting a SF330.� If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors who have previously been prime A-E contractors may also be considered. The board will consider relevant Past Performance. In addition to CPARS, the board may seek information on past performance from other sources. Knowledge of local conditions: Knowledge of local conditions within Kansas and Missouri specifically regarding: (1) climatic conditions (key disciplines: architect, mechanical) (2) local construction methods, including geotechnical (key disciplines: civil, structural, geotechnical) (3) local construction climate/market impact on cost estimating (estimator)� One rating will be determined for each of the three conditions. Within each condition, appropriate experience must be shown in each discipline to be counted. The basis of the evaluation will be from the personal experience of the proposed personnel in the listed key disciplines located in Section E, and from the projects in Section F of the SF 330. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: architect; mechanical; electrical; civil; structural.� 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 for each firm that is part of the proposed team. SECONDARY SELECTION CRITERIA.� The following secondary criteria will only be used as a tie-breaker among firms that are essentially technically equal.� The secondary criteria will not be co-mingled with the primary criteria in the evaluation.� The three secondary selection criteria are listed in descending order of importance. Small Business Participation (not applicable to small businesses). 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.� This criterion is not applicable to small businesses. Geographic Proximity. Responding firms should identify any offices operated in close proximity to the Kansas City District and the contribution these office(s) will make in support of the project. The basis of the evaluation will be information submitted in Section H of the SF 330. Volume of DoD AE contract awards in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD AE contract awarded within the past twelve (12) months.� This information will assist in effecting an equitable distribution of DoD AE contracts among qualified firms.� The basis of the evaluation will be information submitted in Section H of the SF 330. 4.��SUBMITTAL REQUIREMENTS:� Interested firms having the capabilities to perform this work must submit one original and three copies of the SF 330 and one electronic copy on CD in PDF format to the address listed below no later than 2:00 PM Central Standard Time on TBD, 2020.� Copies of the SF 330, Part II, for the prime firm and all consultants should be included in the SF 330.� Only one SF 330 Part I for the team as a whole should be included.� Include the firm's DUNS and CAGE CODE identification numbers in SF 330, Part I, Section B, Block 5.� A total of ten (10) projects for the proposed team (including joint ventures and teaming partners) shall be shown in section F. A �project� is defined as work performed at one site or a single installation.� An Indefinite Delivery Contract (IDC) will not be considered a �project� for the purposes of evaluation.� Individual Task Order contracts awarded from an IDC contract will only be considered as a single project, regardless of the number of facilities and/or the range of the scope of work (i.e. a single Task Order contract cannot be submitted as multiple projects for the submission requirements in this synopsis.)� If the offeror provides a specific task order as a project, it should provide the base contract number and the task order number for reference purposes.� Project descriptions shall clearly state extent of work performed by the team, extent of design completed (for instance, preparation of design-build package; 100% design; etc.), dates of completion for design and construction, and project category type (new/renovation). Clearly cite whether the experience is that of the prime (or joint venture), consultant or an individual for each project in Section F.� Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C should be so labeled.� Projects (or phases of projects) with design completed before February, 2014 will not be considered. Projects (or phases of projects) for which design is not complete will not be considered.� Interviews will be held with the most highly qualified firms.� Interviews will be conducted telephonically after determination of the most highly qualified firms.� The SF 330 should have a total page limitation of 150 printed pages with Section H limited to ten (10) pages.� Each project in Section F should be limited to two (2) pages; Part II is excluded from the 150 printed page limit.� Double-sided sheets will count as two pages. Graphic sheets, like organization charts, of 11 inches X 17 inches will be counted as a single page.� Tabs do not count against the page count limit, but information contained on divider tabs will not be evaluated.� For all SF 330 sections, use no smaller than 11 point font.� Note:� this is not a request for proposal.� Submit responses to: � ����������� U.S. Army Engineer District, Kansas City ����������� ATTN:� CECT-NWK-CT-M Jaclyn Yocum ����������� 647 Bolling Federal Building ����������� 601 E. 12th Street ����������� Kansas City, Missouri 64106-2896 5.� QUESTIONS:� Questions of a technical nature should be addressed to Nicole Burman at (816 389-2274 and those of an administrative nature should be addressed to Jaclyn Yocum (816) 389-2266.� Questions may also be submitted through PROJNET Bidder Inquiry at https://www.projnet.org using key 7FM2F6-3G53VQ.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b097d81390c2476c86bd196c0146dcb6/view)
- Place of Performance
- Address: Kansas City, MO 64131, USA
- Zip Code: 64131
- Country: USA
- Zip Code: 64131
- Record
- SN05571460-F 20200227/200225230136 (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 |