Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOLICITATION NOTICE

C -- Architect-Engineer Indefinite Delivery/Indefinite Quantity Contract For the States Covered by EPA Regions 1 through 4

Notice Date
8/5/2020 12:15:08 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
 
ZIP Code
45268
 
Solicitation Number
PR-OMS-20-00120
 
Response Due
8/18/2020 1:30:00 PM
 
Archive Date
01/01/2021
 
Point of Contact
Angela Lower, Phone: 5134872036, Fax: 5134872545
 
E-Mail Address
lower.angela@epa.gov
(lower.angela@epa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS for ARCHITECT-ENGINEER INDEFINITE DELIVERY / INDEFINITE QUANTITY CONTRACT(S) For the STATES COVERED by EPA REGIONS 1 through 4 Amendment 0002 to the Synopsis/Request for SF 330.� This amendment revises the synopsis based an answer to the question posted in Amendment 0001 and extends the submittal date from August 17, 2020 to August 18, 2020 at 4:30pm ET.� No further questions will be answered.� I. INTRODUCTION AND OVERVIEW OF REQUIREMENT The U.S. Environmental Protection Agency is seeking one or more qualified firms to provide professional Architect/Engineer (A/E) services for analytical and research laboratory facilities and office buildings, in the states covered by EPA Regions 1 through 4.� This requirement is a total small business set-aside and will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract under NAICS 541330 with a period of performance of five years and an overall ceiling of $40,000,000.� EPA anticipates issuing Firm-Fixed-Price (FFP) Task Orders (TO) under the IDIQ for A/E services. EPA intends to award one or more IDIQ contracts under this requirement, with a target effective date of November 1, 2020. �Each contract is expected to have a five-year ordering period with a minimum order amount of $10,000.00. Task orders issued against the IDIQ contract will be firm fixed price and firms will be expected to perform small and medium sized projects ($25,000 to $250,000) because they will be the most common, although some could be higher or lower. Loaded hourly rates (inclusive of overhead and profit) for each major discipline will be negotiated for each contract year. These loaded rates will be incorporated into the contract and will serve as the basis for pricing task orders.� The contracts are being procured in accordance with the Brooks Act (P.L. 92-582) as implemented in FAR Subpart 36.6.� FAR Clause 52.219-14, Limitations on Subcontracting and FAR 15.404(c)(4)(i) Statutory Fee Limitation which states �For architect-engineer services for public works or utilities, the contract price or the estimated cost and fee for production and delivery of designs, plans, drawings, and specifications shall not exceed 6 percent of the estimated cost of construction of the public work or utility, excluding fees.�, will be applicable to this requirement.� Projects will vary by type, scope, and complexity and require multi-discipline engineering and related technical services.� Contractors will provide all management, labor, material, transportation and supervision to accomplish all projects.� Task orders are expected to require professional services of an architectural or engineering nature associated with design or construction of real property.� Other professional services of an architectural or engineering nature or service incidental thereto (including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals and other related services) that logically or justifiably require performance by registered architects or engineers or their employees, may also be required.� Projects may involve work in areas such as alterations, renovations and additions to analytical and laboratory research facilities and office buildings.� The work will primarily involve government owned property, but leased property may be included.� Work will be submitted in hard copy report format, hard copy D-size drawings, and/or CADD and other electronic formats. The services required may include all the professional disciplines including architecture, electrical and mechanical engineering, structural engineering, civil engineering, landscape architecture, cost estimating, lab planning, space planning, and construction phase assistance. Required disciplines will vary by project. Additional consulting specialists not named above may be required and, if needed, will be indicated in the individual task orders.� Additional information relative to specific EPA projects to be performed under any resulting contract(s) is not available. II.� EVALUATION FACTORS The primary factor in architect-engineer contractor selection is the determination of the most highly qualified firm(s).� Each offeror will be evaluated against the following factors (listed in descending order of importance): (1) 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. �Specialized experience and technical competence shall include, but is not limited to: programming, design (including energy conservation and sustainable buildings design), and construction phase services for analytical and research laboratories, office spaces, and laboratory support facilities.� Recent experience (within the previous 5 years) of the design team members individually and collectively as a total team in construction of new analytical and laboratory research facilities, renovation projects of existing analytical and laboratory research facilities, associated office and support space, and laboratory infrastructure projects (including project surveys, studies, designs (working drawings and specifications), cost estimates, and construction management), will be evaluated more favorably.� Recent LEED project certification experience is required.� Recent experience in energy modeling and ASHRAE Standard 90.1 is required.� It is very important that the documented experience demonstrates the ability and willingness of the A/E to respond to small to medium sized projects, as they will be the most common. (2) Professional qualifications necessary for satisfactory performance of required services. The Government�s evaluation of professional qualifications will consider demonstrated, documented and relevant education, experience, longevity with the firm, training, certifications, registrations, and experience of personnel in (but not limited to) the following disciplines: (1) Licensed Architects with LEED Professional Credentials. (2) Licensed Mechanical Engineers with LEED Professional Credentials (3) Licensed Electrical Engineers (4) Licensed Structural Engineers (5) Licensed Civil Engineers (6) Licensed Landscape Architects (7) Energy Analysts; (8) IT/AV Professionals, (9) AGC and NEBB Commissioning Certified personnel; and (10) Laboratory Planners.� Additional certifications (e.g., LEED, NCQLP, CEM, ASHRAE) will be evaluated more favorably.� The submittal shall demonstrate that the A/E firm and its team members have personnel with all the necessary licenses and certifications as required to provide professional design services. �Each design discipline shall be supervised by a licensed professional in the respective discipline. �All key personnel identified in Section E of Part I of the SF 330 must be professionally registered in their respective discipline. (3) Capacity to accomplish the work in the required time; Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates.� Demonstrate capacity to perform multiple projects, valued at approximately $500,000, in a one-year period.� Firms should list all current projects being designed in the firm's office with the dollar value of the project, start date, completion percentage, and the anticipated completion date. List any ongoing or anticipated projects that are concurrent with the contract performance period (November 2020-October 2025). � (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Provide a current client reference contact for no more than five (5) relevant projects completed in the previous five (5) years. At least one (1) project shall be for a LEED Certified project.� Provide for each project, name, title, address, phone number and e-mail of facility owner or owner�s representative. Attach to the SF 330 a chart showing which team members worked on each project. Projects submitted should include small and medium sized projects. Provide cost estimates for the relevant projects that are listed, identifying the initial A/E construction budget, bid price of project, and amount of change orders. �EPA may consider additional sources of Past Performance information if a firm doesn�t provide a list of five (5) relevant projects completed in the previous five (5) years. Provide any copies of awards and letters of appreciation/commendation related to the listed projects.� If no documentation exists, so state on the SF330.� For each project provide, name, title, address, telephone number, and e-mail address of owner�s representative. (5) Location in the general geographical area of EPA analytical and research laboratory facilities and office buildings in the states covered by EPA Regions 1 through 4; firms must have an existing active design production office in the general geographic area; firms with existing active design production offices in close proximity (within 100 miles) to EPA analytical and research laboratory facilities located in the general geographic area will be evaluated more favorably. III. SUBMISSION REQUIREMENTS � THIS IS A REQUEST FOR STANDARD FORM (SF) 330, NOT A REQUEST FOR PROPOSAL (RFP) To assure timely and equitable evaluation of qualification packages, offerors must follow the instructions contained herein.� Offerors are required to meet all instruction requirements. �Failure to meet a requirement may result in a vendor being excluded from evaluation.� Vendors must clearly identify any exception to the instructions and provide a complete accompanying rationale. Cover Letter:� Offerors shall include a cover letter with their qualification package which includes the company name, point of contact information to include phone number and email, DUNS number and CAGE code, business type (small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business). SF 330:� Offerors shall submit a completed SF 330 (Parts I and II), Architect-Engineer Qualifications, specific to this Architectural & Engineering (A&E) Services requirement which summarizes their qualifications, experience, and capabilities.� Forms are available at GSA Forms Library (www.gsa.gov).� Please note, in accordance with FAR Clause 52.244-4, Subcontractors and Outside Associates and Consultants (Architect-Engineer Services (Aug 1998), any subcontractors, outside associates, or consultants required by the Contractor in connection with providing the services covered by any resulting contract will be limited to individuals or firms that were specifically identified and evaluated up front.� The Contractor shall obtain the Contracting Officer�s written consent before making any substitution for these subcontractors, associates, or consultants. Page Limitations:� The SF 330 Part I shall be limited to 30, 8.5 x 11 pages, with a minimum font size of 10. Submission:� Firms must submit (1) emailed Adobe Acrobat format copy of the SF 330 for the prime offeror (which also includes a completed Part II for each branch office of the firm that will perform services under the contract, and each branch office of each key subcontractor) thru email submission to Naja Somersall at somersall.naja@epa.gov and Angela Lower at lower.angela@epa.gov; and (2) �express mail or courier one electronic copy (submitted on digital media storage such as a USB flash drive or CD), in Adobe Acrobat format, of the complete SF 330 (Parts I and II) being submitted by the firm. All SF 330s must be current reflecting a date not more than one year preceding the date of this notice. All projects provided in the SF 330 (Architect-Engineer Qualifications) must have team members who have worked together previously, if possible.� The SF 330 must clearly state the office/branch/individual team members performing the work on all projects presented.� The following is clarification for completion of the SF330.� In Part I, Section B, Block number five (5), include the firm's Tax Identification Number, in addition to firm�s name.� Part I, Section D, Organizational Chart is not included in the 30-page limit. In the Organizational Chart identify the overall relationship and lines of authority of the proposed team, including key subcontractors. (NOTE: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.) �In Part I, Section E, Block 16 include the year(s) the degree(s) was received. In Part I, Section E, Block 17, include the year(s) the Professional Registration(s) was first issued.� Submit the complete SF 330 qualifications package via email and the digital media storage submission via express mail or courier to the following address: U.S. EPA, Attn: Naja Somersall, Real Property Services Division, Office of Administration, 1200 Pennsylvania Ave., Room Number NW 3207R, Washington, DC 20460. �All information must be received at the above email address and physical address not later than 4:30 pm ET on August 18, 2020. The emailed submission will be the official submission.� Submittals received after this date and time will not be considered.� Firms not providing the required information may be excluded from consideration or negatively evaluated.� Faxed submittals will not be accepted.� DO NOT SUBMIT ANY PRICING INFORMATION WITH YOUR SF 330. �Pricing information from the vendor(s) that the Government determines most qualified for the requirements will be requested prior to negotiations. IV. OTHER INSTRUCTIONS AND INFORMATION The Government intends to evaluate firms who respond to this synopsis using the procedures set out in FAR 36.602.� These procedures include use of an evaluation board.� The EPA will then issue a request for proposal to one or more of the most qualified firms. As noted above, the Government intends to award one or more contracts.� Successful awardees will receive a guaranteed minimum award in the amount of $10,000.� This is not a request for proposal. Potential offerors are responsible for monitoring this site for amendments to this synopsis.� All Contractors MUST be registered in the System for Award Management (SAM) database prior to award of any contract.� Early registration is highly encouraged.� Contractors can obtain further information on the SAM website at https://www.sam.gov. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this requirement.� No award will be made for this requirement until funds are available.� The Government reserves the right to cancel this requirement, either before or after the closing date for submission of SF 330s.� In the event the government cancels this requirement, the Government has no obligation to reimburse an offeror for any costs incurred.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d66460db4ff4443887079ed45f0c380f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05745766-F 20200807/200805230153 (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.