Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

C -- MULTIPLE IDIQ CONTRACTS FOR ENVIRONMENTAL PLANNING, PROGRAMMING, AND ARCHITECT-ENGINEER SERVICES (EP2AE) - EP2AE - Primary Labor Categories - EP2AE - Qs & Rs # 12 - 44, dated 28 Jan 10 - Table 1 - Submission Requirements - EP2AE - MRQ (Rev 2) 27 Jan 10

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, HQ AFSOC/AK7Q - Hurlburt, 427 Cody Avenue, Hurlburt Field, Florida, 32544-5434, United States
 
ZIP Code
32544-5434
 
Solicitation Number
FA0021-10-R-0001
 
Point of Contact
Judith F Smith, Phone: (850) 884-2474
 
E-Mail Address
judith.smith@hurlburt.af.mil
(judith.smith@hurlburt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
EP2AE - Market Research Questionnaire (Rev 2), dated 27 Jan 10 EP2AE - Submission Requirements EP2AE - Questions & Responses #s 12 - 44, dated 28 Jan 10 EP2AE - Primary labor categories table for fill-in. This Sources Sought (SS) / Request for Information (RFI) advertisement replaces SS/RFI notice FA0021-09-R-0002 - Base Comprehensive Planning, Programming, and Environmental Planning, posted November 25, 2008, that has been canceled/archived. I. GENERAL INFORMATION a. Purpose of this SS/RFI Advertisement [Revised] (1) The purpose of this notice is to advertise this requirement "unrestricted." This is not a solicitation. Small Business (SB) teaming; and/or Large Business (LB) subcontracting/teaming with SB(s) or LB(s) is acceptable; however, proven successful past performance "as a team" (either SB teaming with SB; or LB subcontracting or teaming with SB) working with the same firms/members on similar Air Force projects of similar scope and magnitude is required. Newly formed SB teams, or LB subcontracting or teaming with SB, without proven successful past performance on similar Air Force projects will not receive the same capability ratings as SB teams, or LB subcontracting or teaming with SB with proven successful past performance. Teaming arrangements shall be in compliance with applicable regulations. (2) This SS/RFI is "unrestricted" because the SS/RFI posted Oct 09 did not generate an adequate number of qualified SBs. Response to this SS/RFI is strictly voluntary; however, qualified LBs and SBs interested in being considered for possible contract award "are" required to respond to this advertisement. (3) [Deleted] See Section II (f). (4) [Deleted] See Section II (f). b. Small Business Participation Response to this SS/RFI is strictly voluntary ; however, "qualified" SBs interested in being considered for possible contract award "are required" to respond to this advertisement. c. Large Business Participation [Revised] Response to this SS/RFI is strictly voluntary ; however, "qualified" LBs interested in being considered for possible contract award "are required" to respond to this advertisement. Special Notice : LB(s) selected to receive an RFP shall be required to submit a SB subcontracting plan as part of their proposal. SB firm(s) identified as a subcontractor(s)/team members on the SF 330 shall be the same SB(s)/team member(s) identified in the firm's SB subcontracting plan. SB subcontracting plans will be an evaluated area for those firms selected to receive an RFP. There is no set percentage subcontracting goal for this acquisition. d. Government Notice Response to this SS/RFI advertisement is strictly voluntary. This advertisement does not constitute a commitment, implied or otherwise, that a procurement action will occur. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of firms voluntarily submitting requested information in response to this SS/RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information submitted in response to this notice will be safeguarded in accordance with applicable Government regulations. II. ADVERTISEMENT HEADQUARTERS AIR FORCE SPECIAL OPERATIONS COMMAND (HQ AFSOC) at Hurlburt Field, Florida, is seeking responses from interested firms qualified to perform services for Environmental Planning, Programming, and Architect-Engineer Services (EP2AE). a. Location Services will be performed in the Continental United States (CONUS) and Outside the Continental United States (OCONUS). CONUS locations include Florida, Georgia, New Mexico, North Carolina, Pennsylvania, and Washington. The majority of the CONUS work is expected to occur in Florida and New Mexico. OCONUS locations include Japan and the United Kingdom. b. Scope of Services The three (3) primary task areas and requirements for each are: (1) Environmental Planning (a) Environmental Impact Analysis Process (EIAP) including: Preparation of Descriptions of Proposed Actions and Alternatives (DOPAA); Environmental Assessments (EA) and Findings Of No Significant Impacts (FONSI); Environmental Impact Statements (EIS) and Records of Decision (ROD); Overseas Environmental Reviews; and Socioeconomic Impacts Analysis Studies as defined in 32CFR, Part 989. (b) Base Comprehensive Planning as defined in AFI 32-7062 includes: Air traffic and airspace analysis; airfield and airspace obstruction analysis; base capacity analysis, studies, and reports; base comprehensive plans (including General Plans and area development plans); land use planning and analysis, permits and site access agreements; project environmental and land use plans; sustainability planning and program management; transportation planning and analysis; and site, utility, facility planning studies. (c) Force Protection analysis, studies, reports and conceptual plans. (d) Information Technology includes: Computer-aided design and drafting support; database and system development, performance, and recording; environmental information management systems; and GeoBase (Geographic Information System (GIS) type services). (e) Natural and Cultural Resources include: Cultural resources analysis and studies; Integrated Natural Resources Management Plans: aquatic resources analysis, studies and reports; Coastal Zone Management Plans; and threatened and endangered species/species of special concern analysis, studies and reports. (f) Noise Management includes: Air Installation Compatible Use Zone (AICUZ) studies. (2) Programming (a) User Requirements Documents include: Project management plans, data collection/ interviews, project definitions, site visit/surveys, user surveys, project descriptions, drawings, space analysis, DD Form 1391 development and cost estimates. (b) Planning Actions include: Review of available documentation and development of criteria to prioritize requirements, analyze projected projects, provide execution options, and accomplish other similar recommendations. (c) Program management integration include: Development, presentation, and publication of the installation and headquarters / command level planning, programming and budgeting submissions in support of the military's force structure, associated installation programs, and related projects. (d) Programming Actions include: the preparation and submission of all documents necessary to acquire the authority and resources to accomplish the installation and headquarters capital improvement program. (3) Architect-Engineer Services (Traditional Title 1 Services) (a) Pre-design planning support includes: Findings and recommendations reports; AF Form 332 (Work Order Request) and DD Form 1391 (Programming Document) preparation as required. (b) Phased Design Requirements include: design services, including but not limited to, designs, specifications, conceptual plans, renderings, construction estimates, bid support, and submittal support. Utilize professional design practices to provide conceptual, intermediate, advanced final and final design phases, preliminary documents, record drawings, constructability review certification, finishes and finish schedules, and color renderings. (c) Preparation of project cost profiles include: Design within the construction cost limits; preparation of preliminary, successive, and final cost estimates. (d) Project support includes: Preparation of bid schedules, bid-openings, addenda, changes orders and related cost estimates. (e) Comprehensive Interior Design includes: Designing, selecting, and developing the loose interior building materials, finishes, special effects, and furnishings for an integrated visual design theme. c. Type of Contract [Revised] The Government anticipates award of up to four (4) Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts to the most highly qualified firms to perform required services. Prime contracts will contain Firm-Fixed-Price, Time-and-Material, Labor-Hour, and Cost-Reimbursable Contract Line Items (CLINs). TO contract type is negotiable; however, it is anticipated most Task Orders (TOs) will have firm-fixed-priced labor with cost-reimbursable line items, as required. d. Cost Range, Limitations, and General Information [Revised] (1) Guaranteed minimum under each IDIQ contract is $50K. (2) Cumulative ceiling price for all IDIQ contracts shall not exceed $30M. Ceiling price includes all TOs awarded against all IDIQ contracts. (3) Anticipated minimum TO award is $25K. (4) Anticipated maximum TO awards are as follows: (a) Environmental Planning - $1.5M (b) Programming - $1.5M (c) A-E Services - $1M (5) Fully Burdened Labor Rates (FBLRs) - Maximum FBLR for each labor category shall be negotiated and fixed for the 5-year contract period. (a) Firms receiving a Request for Proposal (RFP) will be required to complete a cost proposal workbook prepared by the Government in Microsoft EXCEL. The cost workbook identifies required labor categories and requires input of "base rates" for each labor category and "indirect rates" used to calculate "maximum" FBLRs. (b) The Government will evaluate each maximum "base rate" and "indirect rates" applied to the "base rates" to calculate the "maximum" FBLR for each labor category for years 1 thru 5. "Base rates" and "indirect rates" will be determined fair and reasonable, or negotiated to a fair and reasonable price, prior to contract award. (c) Requirement for payment of "maximum" FBLRs - The Government will pay "maximum" FBLRs only when contractor employees are paid the "maximum" base rate used to calculate the "maximum" FBLR. Reduced base rates paid to employees mandate reduced FBLRs proposed/billed to the Government. This requirement is mandated because "base rates" vary among employees performing the same services; therefore, FBLRs will vary commensurate with "base rates" paid to employees. Maximum FBLRs protect the contractor, and reduced FBLRs when applicable protect the Government from overpayment of profit. Example of FBLR maximum & reduced calculations: "Maximum" FBLR = $40.73 per hr Max Base Rate Awarded: $25.00 Fringe (20%) 5.00 OH (25%) 6.25 Subtotal #1 $36.25 G&A (7%) 2.54 Subtotal #2 $38.79 C.O.M 0 Profit/Fee (5%) 1.94 Max FBLR $40.73* [Based on maximum base rate paid employee.] Reduced FBLR = $35.03 per hr Base Rate Paid $21.50 Fringe (20%) 4.30 OH (25%) 5.38 Subtotal #1 $31.18 G&A (7%) 2.18 Subtotal #2 $33.36 C.O.M 0 Profit/Fee (5%) 1.67 Reduced FBLR $35.03* [Based on reduced base rate paid employee.] *Indirect rates remain constant (d) A nominal annual escalation rate may be applied and negotiated prior to award. The nominal escalation rate shall be based on historical averages. (e) Firms proposing/billing escalated FBLR each year shall pay employees the "escalated base rate" for the Government to pay the escalated rate. (f) Labor "vacancy credit" requirement - Labor "vacancy credits" shall be provided to the Government when a Firm-Fixed-Priced "full-time" contractor employee position is required and the position becomes vacant during the performance period. The vacancy credit begins the first workday the position is vacant and ends when the position is filled with an equally or higher qualified employee. All personnel replacements shall be pre-approved by the Government to ensure their qualification and experience are equal to or higher than the individual they are replacing. (g) Indirect Rat es - This agency is seeking firms with affordable rates. High indirect rates may be viewed as inefficient cost control within the firm and considered unrealistic/unreasonable. Therefore, a close review of your firm's indirect rates now is recommended. This will afford you ample time to determine the "best rates" your firm can provide if selected as one of the most highly qualified. (h) Profit - Profit is negotiable; however, profit proposed in excess of 5% is considered reasonable for "high risk" requirements, and services required for this acquisition are not considered "high risk." (6) Travel Expense - Travel shall be pre-approved by the Government and a cost-reimbursable expense. An additional G&A fee may not be applied to travel expenses on this acquisition as G&A fees are paid in the FBLR calculation. e. Period of Performance (1) Prime Contract - Period of performance is 5-years from date of award. No options shall be included. (2) TOs - Period of performance shall vary depending on the project. TOs requiring more than 12-months to complete will include options. f. Evaluation Factors [Revised] (1) The following evaluation factors and subfactors will be used to determine the most highly qualified firms responding to this SS/RFI. Factors and subfactors are listed in order of importance. Terms: "Recent" - within 3-years; "Relevant" - within all primary task areas; "Subcontractor" - either SB or LB; and "In-house" - not subcontracted. Factor 1 - Professional Qualifications Subfactor 1 - Number of "In-house" credentialed professionals Subfactor 2 - Number of full-time "in-house" credentialed Project Managers with relevant and recent work experience Subfactor 3 - "In-house" credentialed Project Managers registered in FL, GA, NM, NC, PA, & WA Subfactor 4 - Subcontractor(s) credentialed professionals registered in FL, GA, NM, NC, PA, & WA Factor 2: Specialized Experience and Technical Competence Subfactor 1 - Successful performance of relevant work Subfactor 2 - Successful performance of recent and relevant Air Force work Subfactor 3 - Subcontractor(s) successful performance of recent and relevant Air Force work Subfactor 4 - Prime and subcontractor(s) successful teaming on recent and relevant Air Force work Subfactor 5 - Individuals successful teaming on recent and relevant Air Force work Factor 3: Past Performance Subfactor 1 - Ratings on recent and relevant Air Force work Subfactor 2 - Subcontractor(s) ratings on recent and relevant Air Force work Factor 4: Capacity Subfactor 1 - Number of recent and relevant TOs/contracts completed "in- house" within the required performance period Subfactor 2 - Number of recent and relevant TOs/contracts completed simultaneously "in-house" during a single performance period Subfactor 3 - Number of recent and relevant TOs/contracts completed by subcontractor(s) within the required performance period Subfactor 4 - Number of recent and relevant TOs/contracts completed simultaneously by subcontractor(s) during a single performance period Subfactor 5 - Percentage of work to be subcontracted to small business(es) Factor 5: Location Subfactor 1 - Location of office(s) with primary responsibility Subfactor 2 - Location of subcontractor(s) office(s) with primary responsibility Subfactor 3 - Percentage of work subcontracted to small businesses currently located within 60 miles of Hurlburt Field, FL, or Cannon AFB, NM (2) Firms shall be evaluated in terms of - (a) Professional Qualifications - Primary technical services shall be performed by the Prime Contractor's "in-house" personnel who are credentialed members of architectural, science and engineering professions. The Prime Contractor may subcontract portions of the requirement to a credentialed professional (licensed to practice within the State where the task is to be performed) provided the Prime Contractor's Project Manager (PM) is a credentialed professional with the necessary expertise, in terms of knowledge and experience, to undertake the specified task (but is not licensed to practice within the State where the task is to be performed). Therefore, qualified firms shall employ professionally qualified, experienced employees with a work history within the primary task areas who are professionally credentialed architects and/or engineers, certified planners (American Institute of Certified Planners), and Registered Environmental Managers (REM). "In-house," subcontracted, or consultant personnel identified as credentialed professionals in response to this SS/RFI will be identified as "Key Personnel" in subsequent contract awards to the most highly qualified firms; therefore, ensure personnel identified in the SS/RFI response will be assigned to EP2AE projects. Substitutions of Key Personnel after award must be with personnel having equal or higher qualifications and approved by the CO prior to filling the position. Qualified firms shall possess professional qualifications necessary for satisfactory performance of required services in all primary task areas: (1) Environmental Planning - (a) Environmental Impact Analysis Process, as defined 32 CFR, Part 989 and; (b) Base Comprehensive Planning, as defined in AFI 32-7062 (2) Programming, as defined in AFI 32-1021, AFI 32-1022, AFI 32-1032, and AFI 32-6002 (3) Architect-Engineer (Title I) Services. (b) Specialized Experience and Technical Competence - Prime contractor and/or subcontractors / team members should demonstrate successful specialized experience and technical competence working in the primary task areas for the Air Force. To be considered specialized experience, a firm must have completed the work under the company name provided as the prime or subcontractor performing at least 50% of the requirement. The Prime Contractor must demonstrate a history of partnering, or teaming, with the subcontractors proposed (if any). Individual team members must also demonstrate a history of partnering, or teaming, with other members of the proposed team; (c) Past Performance - Prime contractor and/or subcontractor(s)/team members must demonstrate successful recent and relevant performance on similar projects in all primary task areas performed for the Air Force (desirable), other Government agencies, and/or private industry within the last 3-years. The Prime Contractor and subcontractor(s) (listed on SF 330 - Part I, Section C, Block 9), evaluation ratings in the following categories shall be reviewed: Quality of Product/Service; Schedules; Cost Control; Business Relations; and Management of Key Personnel. "Marginal," "Poor," or "Unsatisfactory" ratings in any of the performance areas is not desirable. The Prime Contractor and subcontractor(s) past performance information will be retrieved from PPIRS utilizing NAICS 541310 and the DUNS number provided after the firm's name in Part I of the SF 330. For specific instructions on completing Part I of the SF 330, reference the attachment titled "TABLE 1 - SUBMISSION REQUIREMENTS," file name "EP2AE - Submission Requirements;" (d) Capacity - Qualified firms must have the capacity to accomplish the work in the required time. The Prime Contractor and any proposed subcontractors must demonstrate a history of the ability to complete multiple Task Orders simultaneously within the contracted performance periods using in-house resources. Use of SB subcontractor(s) is encouraged, but not required; (e) Location - A firm's location in the general geographical area of the project and knowledge of the locality of the project is a plus; provided application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Geographic location of the Prime Contractors, or subcontractors, office responsible for providing services identified in the primary task areas, near Cannon AFB, NM; and/or Hurlburt Field, FL is highly desirable to reduce TO on-site response times, and to encourage the use of local SB firms. (f) Cost/Price - Under the Qualification Based Selection (QBS) procurement process procedures, price quotations are not a consideration in the selection process for the most highly qualified firms. Cost/price of base rates and indirect rates for required labor categories will be evaluated/negotiated in conjunction with response to the RFP issued to up to four of the most highly qualified firms. ***IMPORTANT NOTICE : Responses provided on the Market Research Questionnaire (MRQ) will be "cross-referenced" with proposal submitted by the firms selected to receive an RFP; therefore, ensure your responses on the MRQ are accurate and will match your proposal if solicited. MRQ responses that do not match subsequent proposal submitted in response to the RFP will "DISQUALIFY" your firm from possible contract award as MRQ responses are "part" of the evaluation criteria used to select the most highly qualified firms. *** g. Selection Procedures (1) Prime Contracts - This agency anticipates holding discussions with up to six (6) of the most highly qualified firms. After discussions are complete, the firms will be ranked in order of precedence. Up to four (4) of the most highly qualified firms will receive a "draft" RFP for question and response, followed by issuance of the "final" RFP. Selected firms will have 30 calendar days to respond to the final RFP. Once proposals are received negotiations of the "maximum" FBLRs for identified labor categories for the 5-year period will begin. If reasonable maximum FBLRs cannot be negotiated with one or more of the most highly rated firms, negotiations with the firm(s) will terminate and the firm(s) will be requested to submit a final proposal revision. If the final proposal revision pricing is determined unreasonable, the next firm(s) in order of precedence "may" receive an RFP to facilitate award of up to four (4) IDIQ contracts. (2) Task Orders - Qualifications and past performance of all IDIQ contract awardees will be evaluated against each TO requirement and the firms will be ranked in order of precedence. The firm determined most highly qualified to perform the task will receive a TO RFP. The firm will have "up to" 30 calendar days to submit a proposal (technical and cost). The suspense for proposal submissions will be based on the complexity and value of the task. Tasks estimated at $100K or more will have a 30 calendar day suspense. If the technical proposal is determined inadequate and/or if a fair and reasonable price cannot be negotiated with the selected firm, discussions will terminate and the firm will be requested to submit a final proposal revision. If the final proposal revision technical and/or cost/price proposals are determined inadequate/unreasonable, respectively, the next most highly qualified firm for the task will receive the TO RFP. The same process initiated with the "first" selected firm will be followed with the next selected firm (and the next, if necessary) until TO award is made as "all" firms selected to receive an IDIQ contract award will be qualified to perform all task requirements. (a) In selecting the most highly qualified firm to receive a TO RFP, a greater significance will not be attributed to "secondary factors," such as geographic proximity or equitable distribution of work, than to qualifications and past performance. Evaluation criteria will be project specific and cost/price will always be evaluated and determined fair and reasonable; or negotiated to a fair and reasonable cost/price prior to TO award. (b) Since all IDIQ contract awardees are qualified to perform all task requirements, the possibility exists that two or more firms may be equally technically qualified to perform the requirement. In such cases, consideration will be given in three additional areas: (i) Volume of work awarded during the previous 12-months. (ii) Superior performance, as appropriate, on recently completed requirements. (iii) The extent to which a firm commits to SB, and to small disadvantaged business, historically black colleges and universities, or minority institution performance on the task, whether as a joint venture, teaming arrangement, or subcontractor. (3) Competition in Contracting Act - Architect-Engineer contract award. Using the procedures contained in FAR Part 36.6 is considered a competitive procurement under the Competition in Contracting Act. Competition is not on price, but solely on technical qualifications. III. SUBMISSION REQUIREMENTS [Revised] a. Copies - Submit original, five (5) copies, and a Compact Disk (CD) (containing the entire package) of the following documents: b. Do Not Submit - Cover letters, binders, elaborate coverings, spiral bound material, or company brochures / pamphlets, etc. Submit only what is requested on 8 ½ x 11" bond paper (except for SF 330 Part I, G) with a minimum of 10-pitch font. c. Organization / Page Limitations - Reference attachment titled "TABLE 1 - SUBMISSION REQUIREMENTS," file name " EP2AE - Submission Requirements." d. Cover - Submit original and each copy in an individual 8 ½ x 11" "straight cut top tab" standard manila file folder. A total of six (6) folders shall be submitted; one for the "original" documents, and one folder for "each copy." Documents will be securely bound within the folder using binder clips, clasps, staples, or other professional binding methods. e. Labeling - Label "straight cut top tab" standard manila file folders across the back top tab so information is clearly visible when the folders are stored in a file cabinet. Label folders as follows: Left Label: Company Name POC Phone / Fax No. Address City, State, Zip Right Label: (Original or Copy #1 or Copy #2) Business Classification Sample Labels: (Left Label) (Right Label) A-E Enterprises (Original) Mr. William Jones Large Business (850)888-8888 / Fax (850)999-9999 123 Spruce Street Shalimar, FL 32548 f. Mail responses to : HQ AFSOC/A7KQ, Attn: Judith F. Smith, 427 Cody Ave, Bldg 90333, Hurlburt Field, FL 32544. IV. SUSPENSE Responses shall be received NLT 1500 hours C.S.T. on Tuesday, February 23, 2010. In fairness to all interested firms, late responses shall not be reviewed. V. QUESTIONS a. Submit "all" questions via e-mail to: judith.smith@hurlburt.af.mil (1) E-mail "Subject" line shall read: "FA0021-10-R-0001 - EP2AE Sources Sought (Question)" (2) E-mails with a different subject line may not be recognized as a question to this SS/RFI. b. All questions & responses will be posted on FedBizOpps for review of interested firms. No phone calls please. If your question is not answered, please send it a second time. Questions that are answered within the SS/RFI text may not be posted on FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/HQAFSOCPKMZ/FA0021-10-R-0001/listing.html)
 
Place of Performance
Address: CONUS locations include Florida, Georgia, New Mexico, North Carolina, Pennsylvania, and Washington. The majority of the CONUS work is expected to occur in Florida and New Mexico. OCONUS locations include Japan and the United Kingdom., United States
 
Record
SN02051502-W 20100130/100128234552-436b66328cfe80d735a3e12056a51581 (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.