Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2020 SAM #6670
SOLICITATION NOTICE

C -- New Indefinite Delivery / Indefinite Quantity Contract (s) for Architect/Engineering Services for Quality Assurance/Peer Reviews

Notice Date
3/2/2020 11:39:05 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
W912QR20R0042
 
Response Due
3/30/2020 10:00:00 AM
 
Archive Date
04/14/2020
 
Point of Contact
Joshua Westgate, Phone: 5023156207
 
E-Mail Address
joshua.k.westgate@usace.army.mil
(joshua.k.westgate@usace.army.mil)
 
Description
SYNOPSIS: This announcement is open to all businesses regardless of size. The NAICS code for this procurement is 541330. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect-Engineer services primarily to perform independent quality assurance reviews of designs prepared by other Architect-Engineer firms for compliance to DoD and other Federal design law, policy and guidance. Projects outside the primary mission area and for other missions may be added at the Government's discretion upon agreement of the A-E firm. Awards will be made as Firm-Fixed Price Task Orders during the period of performance. The total shared contract capacity for this contract is valued at $15,000,000 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 $500,000,000. There is no limit on the value of individual task orders.� Work will be issued by negotiated firm-fixed-price task orders. The perioght and Body must be waterproof to 12 meter for 30 minutes, 60, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. T� Project task orders under this contract may include review of facility designs for new construction, partial renovation, or full renovation of some or all of the following types of building structures: Army Reserve training centers (which include administration, education, assembly, storage, special training, and other support spaces); vehicle maintenance shops (which include work bays, administration, special training, storage, and support spaces); stand-alone buildings (which include administration facilities, unheated storage, and direct support/general support warehouses); research laboratories; intelligence production complexes; command and control facilities; airfields; airfield operations facilities; training ranges; other facilities unique to military installations; clinics and medical facilities for the military and Department of Veterans Affairs; and other federal facilities. � A/E services may consist of the following activities: QA review, peer review or forensic review of construction solicitations for design-bid-build (complete design) projects and design-build RFPs (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: review of geotechnical studies; interior design services; environmental compliance; National Environmental Policy Act documentation; controlled waste and flammable storage design; and 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 Army Reserve Design Criteria; and 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 and Section F 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. 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 in the SF330 Section E, for the individuals as indicated below in parentheses. � Design of military construction projects per Unified Facilities Criteria (UFC), the Unified Facilities Guide Specifications (UFGS), and other applicable Military and Federal design and construction criteria (All individuals included in in Section E) � Use and understanding of Design/Build project design methodology per Engineering Reregulation ER-1180-1-9 and the Louisville District Design Guide, to include the Army Reserve Design Process and Submittal Requirements (Review Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use and understanding of USACE Life-safety Review procedures per the Louisville District Design Guide, to include the Fire Protection/Life Safety/Accessibility Code Review Checklist (Review Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use and understanding of UFC 1-200-02 and sustainable design (Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use and understanding of UFC 3-410-01 and HVAC design for military construction projects (Architecture, Mechanical, Electrical and Fire Protection) Use and understanding of UFC 3-600-01 and fire protection design for military construction projects (Architecture, Mechanical, Electrical and Fire Protection) Use and understanding of UFC 4-010-01 and design of anti-terrorism and force protection measures (Architecture, Mechanical, Electrical, Structural, Interior and Civil) Use and understanding of UFC 4-171-05 and design of Army Reserve Facilities (Architecture, Mechanical, Electrical, Structural, Interior and Civil) Use and understanding of Intelligence Community Directive (ICD) Number 705 and design of secure areas/facilities areas (Architecture, Mechanical, Electrical and RCDD) Use and understanding of the Louisville District Design Guide, to include the Army Reserve Design Process and Submittal Requirements (Architecture, Mechanical, Electrical, Structural, Interior and Casis. Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. Wide Area WorkFlow Payment Instructions In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7ad6a225ed5641d7a73c6d3212dc89a6/view)
 
Record
SN05576768-F 20200304/200302230203 (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 |
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.