Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOLICITATION NOTICE

C -- Multiple Award A&E IDIQ Contracts for National Guard Brueau, Performance at multiple locations within the United states and it's territories

Notice Date
10/1/2008
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, National Guard Bureau, 127 MSC, Contracting Division, 127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W90FYQ-08-R-0004
 
Response Due
10/30/2008 3:00:00 PM
 
Archive Date
1/13/2009
 
Point of Contact
Ellen-jo Valade, Phone: 5862394225, Lapratt, Katheryn M, Phone: 5862394225
 
E-Mail Address
ellen.valade@miself.ang.af.mil, Lapratt.Katheryn.ctr@miself.ang.af.mil
 
Small Business Set-Aside
N/A
 
Description
Oct 1, 2008 Modifications to this synopsis are shown in bold text in the description and are annotated "Modified 1 Oct 08 preceeding change. Modified Sep 30, 2008 -This is the same solicitation as WFYQ90-08-R-0004 and was posted under that number in error. The correct number for this notice is W90FYQ-08-R0008 however responses using either number will be honored. SUBMIT QUESTIONS TO ngbzcparcs@miself.ang.af.mil. DO not use other emails addresses in notice. No phone questions will be honored. Questions will be answered in writing in a Questions and Answer document that will be posted to http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp starting 1 Oct 08. Contractors are encouraged to view the Q&A document frequently for updates and BEFORE sending in question as it may already be answered. This notice is posted in its entirety and serves as the official solicitation for this project.Description: NGB National IDIQ Contracts A&E SERVICES CONTRACTS - POINT OF CONTACT FOR THIS ANNOUNCEMENT IS National AE NGB-PARC-S Team- SUBMIT QUESTIONS TO ngbzcparcs@miself.ang.af.mil. No phone questions will be honored. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: The National Guard is soliciting for Non- Personal Architect-Engineer (A-E) Services. This announcement is Unrestricted and open to all businesses regardless of size. The North American Industry Classification System (NAICS) code for this action is 541330. The Small Business size standard is $4,500,000. Small businesses are encouraged to team with other businesses. The A-E firm must be capable of responding to and working on multiple task orders concurrently. As a result of this announcement the National Guard Bureau intends to award a minimum of 8 individual Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide A-E services in support of Air National Guard (ANG) and Army National Guard (ARNG) mission requirements. These are not requirements contracts. These contracts will consist of a Base Award Period of two (2) calendar years, and three (3) one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. The total of individual task orders placed against each contract, base period and all exercised options, shall not exceed $95,000,000.00 to any one A-E contract. The minimum total fee guaranteed to each contract awardee is $10,000.00, within the base period of two (2) years. There is no guarantee minimum for the option years. Work will be issued by negotiated firm-fixed price task orders. MODIFIED- 1 Oct 08- Task Orders will be primarily for large projects with a construction value typically between $5 and $20 million dollars; however, as required, larger and/or smaller projects will be executed under this contract. Projects to be designed are not yet determined and funds are not presently available. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All A-E firms 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 firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large business firms that intend to do contracting must convey their intent to meet the minimum small business goals on the SF 330, Section C. by identifying subcontracting opportunities with small businesses. 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 219.704/705 as a part of the Request for Proposal Package. The National Guard subcontracting goals are as follows: a minimum of 67.4% of the contractor's intended subcontract amount be placed with small businesses (SB), 6.2% be placed with small disadvantaged businesses (SDB), 6.0% be placed with women-owned small businesses (WOSB), 9.0% be placed with HUB Zone small business, 3.0% be placed with Veteran-Owned Small Business, and 3.0% be placed with Service-Disabled Veteran-Owned Small Business. The subcontracting plan is NOT required with this submittal. PROJECT INFORMATION: A-E services shall include, but not be limited to performance of engineering and environmental studies, investigations and surveys, master planning, development of construction documents, review of construction submittals and performance of construction inspections and program management in support of the Air and Army National Guard Programs. Typical work may include, but is not specifically limited to: A: the preparation of plans, specifications, calculations, and cost estimates; B: the development of cost management, quality control, and quality assurance plans; C: construction surveillance inspections; D: development of design standards; E: preparations for national design submissions; F: making technical, economic, planning, and environmental studies, analyses, surveys, investigations, reports, and studies; G: development of performance criteria for design build projects; H: development of documents to support various Government construction programs; I: providing technical support for source selection procurement processes; J: provision of program management services. Projects will require multi-discipline A-E services for National Guard locations throughout the United States and its territories and possessions to include Guam, the Virgin Islands, and Puerto Rico. A-E IDIQ contracts shall also be available, at NGB discretion, to other DoD, Federal and State agencies. Projects will include a wide variety of vertical construction, to include administrative, industrial, and support facilities to meet the needs of the National Guard. Projects of vertical building construction associated with National Guard installations, such as aircraft/helicopter hangars, aircraft/helicopter maintenance facilities, vehicle maintenance facilities, support equipment maintenance facilities, administrative offices, base supply facilities, base engineering facilities, dormitory buildings, fire stations, security forces facilities, munitions maintenance and storage facilities, communications and electronic maintenance, repair and training facilities, mobility and aerial port facilities, dining facilities, medical training facilities and other support facilities. Projects will also comprise roadway and military airfield pavements, base utility and infrastructure (water, sewer, storm sewer, power, gas, communications systems and aircraft fuel storage and distribution systems). SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). (A) Professional Qualifications necessary for satisfactory performance of required services; The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Architect; Modified 1 Oct 08 - (2) Civil Engineer including Sanitary Engineer; (3) Mechanical Engineer; (4) Electrical Engineer; (5) Structural Engineer; (6) Fire Protection Engineer (BS or MS in fire protection engineering from accredited institution, PE registration in related relevant field, NCEE fire protection examination, each with minimum five years experience with all current nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis on NFPA 101 Life Safety and DOD Unified Facilities Criteria (UFC 3-600-01) and with at least two years experience in the design of sprinkler and High Expansion Foam fire protection systems); (7) Interior Designer (registered architect with specialized experience in interior design, registered interior designer, IIDQ or NCIDQ certified interior designer) with evidence of experience by both the firm and key personnel in comprehensive interior design; (8) Communications Specialist (Registered Communications Distribution Design (RCDD)); (9) Geotechnical Engineer; Modified 1 Oct 08 - (10) Environmental Engineer ; (11) Corrosion Engineer (NACE Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist, or registered professional corrosion engineer) with a minimum of five years experience (type specific) in the design of cathodic protection systems; (12) Surveyor (13) Landscape Architect; (14) Geologist; (15) Cost Estimator. (cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, and PCEA. Modified 1 Oct 08 - The firm's and/or consultant's cost engineering or estimating specialist(s), must be specifically identified and his (their) competence indicated by resume(s). If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E.) Resumes (Block E of the SF 330) must be provided for all disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. (B) Specialized Experience and Technical Competence in the type of work required, including, as appropriate, experience in sustainable design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (1) Experience in design of military projects, including production of programming documents, plans and specifications. (2) Design of government and commercial facilities. (3) Experience using automated cost estimating systems (MCACES 2nd Generation (MII) and PACES). (4) Experience providing Comprehensive Interior Design for Government projects including space planning and applicable Code of Federal Regulation rules, pre-wired workstations, furniture, demountable wall systems and knowledge of the acquisition process including applicable FAR and funding limitations. (5) Sustainable design experience utilizing the Leadership in Energy and Environmental Design (LEED) rating tools. (Those firms that have LEED certified projects, LEED registered projects, LEED accredited professionals, and show experience in the LEED design/certification process will be rated more favorable. It is strongly encouraged that all disciplines have at least one LEED Accredited Professional on the design team). (6)Technical competence and experience using the International Building Code (IBC); (7) Design and construction experience conforming to Department of Defense Antiterrorism/Force Protection Construction Standards and DOD Unified Facilities Criteria (UFC 4-010-01); (8) Engineering experience in preparing permit applications relating to construction projects with the various permitting agencies; (9) Performance of surveying and mapping in accordance with A/E/C CADD Standards and nondestructive techniques for locating underground utilities; (10) Experience with automated design tools such as CADD, BIMS, SPECSINTACT, DrChecks and PCASE pavement design; (11) Demonstrate experience using project and program management tools such as Primavera, Expedition, SharePoint or similar systems; (12) Demonstrate experience in evaluating contractor's submittals and performing construction surveillance; (13) Demonstrate the ability to prepare supporting comprehensive master planning maps and plans using the latest versions of ESRI and ArcGIA; (14) Demonstrate experience with preparing the technical portions of a Design Build Request for Proposal package for performance based design build projects; (15) Demonstrate experience in design and survey for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances; (16) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project design-to-cost control, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. To be considered relevant, all experience demonstrated shall be within five years of the date of this solicitation. (C) Capacity to accomplish multiple task orders in the required time; the capacity to accomplish at least 4 individual task orders valued at $2.5-$10 million dollars simultaneously (or greater) will receive additional consideration. (D) Past Performance on contracts with government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules and customer satisfaction; Evaluations will be based on established ACASS ratings, personal knowledge of Agency members and other credible documentation included in the SF 330. (E) Location(s) in the geographical areas of the United States and its territories. MODIFIED 1 Oct 08 - (1) Firms should demonstrate the ability to deliver services to locations defined in the synopsis. (2) Firms should have knowledge of various locations throughout the United States and its territories and possessions, to include recent experience with state laws. (F) Volume of DoD Work will be considered.(G). Small Business Participation: Extent of planned participation of with small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUB Zone small business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business in the proposed contract team, measured as a percentage of the total estimated Modified 1 Oct 08 - subcontracted effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit five (5) completed and bound paper copies, and one (1) electronic Copy (CD) of their SF 330 (Architect-Engineer Qualifications) to: Contracting Officer, NGB-PARC-S, 43200 Maple Street, Bldg 105 Selfridge ANGB MI 48045-5213. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in Block 5 of the SF 330 PART I, Section B. Firms located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. Modified 1 Oct 08 PART I OF THE SF 330 SHALL NOT EXCEED 75 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) or IDIQ contract with multiple Task Orders as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages shall not be provided. Submittals must be received no later than 3:00 P.M. Eastern Time on 30 October 2008. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Eastern Time on the closing date specified in this announcement. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be in person and will be scheduled approximately 30-45 days after receipt of submittal packages. All questions shall be in writing to the POC listed above. Phone calls and personal visits for the purpose of discussing this solicitation with ANG or ARNG contracting/project management and or engineering personnel are not allowed. To verify your proposal has been delivered, you may e-mail ngbzcparcs@miself.ang.af.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/. This is the same solicitation as the sources sought W90FYQ-08-R-0004 and was posted to the current number in error. The correct number for this notice is W90FYQ-08-R0008 however responses using either number will be honored. SUBMIT QUESTIONS ONLY TO ngbzcparcs@miself.ang.af.mil. No phone questions will be honored. Questions will be answered in writing and and posted to a Questions and Answer document and posted to http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp starting 1 Oct 08. Contractors are encouraged to view the Q&A document BEFORE sending in question as it may already be answered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ce3440a2bdd3f0e716bd0a0d1b91ff21&tab=core&_cview=1)
 
Place of Performance
Address: Various National Guard Facilities throughout the US and its Territories and Possessions Various National Guard Facilities US and Territories US<br />
Zip Code: 48045<br />
 
Record
SN01686546-W 20081003/081001222203-ce3440a2bdd3f0e716bd0a0d1b91ff21 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.