Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

C -- A-E IDIQ for Wisconsin National Guard

Notice Date
4/8/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-10-R-0002
 
Response Due
5/11/2010
 
Archive Date
7/10/2010
 
Point of Contact
Zachary R. Tevis, 608-427-7277
 
E-Mail Address
USPFO for Wisconsin
(zachary.tevis@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is posted in its entirety and hereby serves as the official solicitation for this project. POINT OF CONTACT FOR THIS ANNOUNCEMENT IS ZACHARY R. TEVIS. SUBMIT QUESTIONS VIA E-MAIL TO: zachary.tevis@us.army.mil. The NAICS code is 541330 Engineering Services. The size standard is $4.5 Million. This action is being undertaken in accordance with the Architectural & Engineering provisions of FAR Part 36 and DFARS Part 236. This announcement is being issued on an unrestricted basis and is for the selection of an Architectural & Engineering (A-E) Firm for Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with Options for use by National Guard activities throughout the State of Wisconsin (Wisconsin Air National Guard / Wisconsin Army National Guard). Firms must be capable of concurrently responding to and working on multiple projects simultaneously. The selection of a Firm is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. All Firms responding to this announcement are cautioned to review FAR Part 9.5 - Organizational and Consultant Conflicts of Interest; and FAR 36.209 Construction contracts with architect-engineer firms. Large Firms, if selected, will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS subpart 219.7 as part of any Request for Proposal package. The subcontracting plan is NOT required with the Firms SF 330. SCOPE OF SERVICES: The United States Property and Fiscal Office (USPFO) for Wisconsin intends to award one Firm Fixed-Price performance based Architectural & Engineering (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) contract with Options for use by National Guard activities throughout the State of Wisconsin (Wisconsin Air National Guard / Wisconsin Army National Guard). The A-E IDIQ contract will be established for a base period of one (1) year with options exercisable for four (4) successive one (1) year option periods. A contract minimum of $1,000 and a cumulative $10 Million ceiling will apply for the duration of the contract with no limit on individual Task order amounts. Firm Fixed Price (FFP) Task Orders are anticipated to be awarded against the A-E IDIQ contract. The Government anticipates that this announcement will result in the award of one contract to provide services to each of three (3) primary locations: (General Mitchell International Airport, Milwaukee, WI; Truax Field, Madison, WI; Volk Field Air National Guard Base, Camp Douglas, WI); in addition to supporting locations/activities on a statewide basis. Accordingly, the contract will cover the primary locations but may also result in the issuance of task orders for locations/activities throughout the State of Wisconsin. By making a submission pursuant to this announcement, the submitting Firm acknowledges that task orders may be issued for all National Guard locations throughout the State of Wisconsin. The A-E IDIQ contract anticipated to be awarded will encompass an initial base year period with four (4) one year option periods. Individual Task Orders anticipated to be issued under the A-E IDIQ contract may include services under the American Recovery and Reinvestment Act and Firms are advised that under such circumstances RECOVERY Act reporting requirements and contract clauses will be applicable to the Task Orders. The Architectural and Engineering Services for which Task Orders may be issued may include: a). Design of new facilities or utility systems of various types, sizes, and complexities; b). Rehabilitation of existing facilities or utility systems of various types, sizes, and complexities; c). Design of projects on Army or Air Force installations; d). Application of Anti-Terrorist/Force Protection criteria; e). Sustainable design utilizing LEED rating tools; f). Preparation of the development of the technical information for design-build Request for Proposals; g). Development of construction cost estimates and schedules; h). Design of Demolition; i). Comprehensive planning that is related to future construction requirements on military installations; and j) Construction phase services including commissioning, shop drawing review and preparation of O&M manuals. EVALUATION: The Governments selection of the best value contractor is based upon an integrated assessment of the below factors / selection criteria in descending order of importance (unless otherwise stated) to determine the most highly qualified firm(s). Each factor will be assigned a rating from Exceptional to Unacceptable, based on the risk to the government that the firm will successfully perform the contract in view of the factor being evaluated. An overall consensus rating will be given to each submission. Factors listed will be rated based on a relative weighting as follows: SIGNIFICANTLY MORE IMPORTANT meaning that the factor is at least two times greater in value than another factor; MORE IMPORTANT meaning that the factor is greater in value than another factor but less than two times greater; EQUAL meaning that the factor is of the same value or nearly the same as another factor. FACTOR 1 - Personnel (Professional qualifications necessary for satisfactory performance of required services) evaluates the individual experience of the persons that are to be assigned to the project team. Firms should provide information for one to three individuals from each design discipline that is anticipated to be assigned to key positions on the project team. The key positions should include: Project Managers; Quality Assurance Managers; Architects; Structural Engineers; Civil Engineers; Mechanical Engineers; Electrical Engineers; Fire Protection Engineers; Geotechnical Engineers; Environmental Engineers; and Land Surveyors. Firms may provide information on other personnel they feel are significant for the types of work described in the SCOPE OF SERVICES. FACTOR 2 - Specialized Experience and Technical Competence evaluates the experience of the Firm and project team in completing projects requiring skills similar to those anticipated for the AE IDIQ Contract(s). FACTOR 3 - Past Performance (previous 5 years) evaluates the Firms performance on contracts with Government Agencies and Private Industry in terms of Cost Control, Quality of Work, and Compliance with Performance Schedules. FACTOR 4 Work Management (capability to accomplish work in the required time) evaluates the ability of the Firm to, given its current projected workload and the availability of key personnel, to accomplish a project(s) within required time periods. FACTOR 5 Firm Location & Locality Knowledge (Location of project office in general geographical proximity to Madison, WI and knowledge of the identified locality) evaluates both the distance of the Firms project office from the LOCATION and the extent of the Firms knowledge of the LOCATION and knowledge/experience concerning state, county and local requirements for projects of the types anticipated for the A-E IDIQ Contract. FACTOR 6 - Volume of Department of Defense (DoD) Awards (during the preceding twelve (12) months) in the interest of equitable distribution of work, evaluates the volume of DoD work awarded during the twelve month period immediately preceding the date of this announcement. FACTOR 7 Small Business Participation evaluates the degree to which a Firm identifies and commits to the use of small business concerns as prime contractor, subcontractor, or joint venture partner. FACTORS 1 & 2 are each weighted EQUAL and are each, individually, MORE IMPORTANT than FACTOR 3, 4 & 5 which are each weighted EQUAL. FACTORS 1 & 2 are also SIGNIFICANTLY MORE IMPORTANT than FACTORS 6 & 7 which are weighted EQUAL and which will only be used as tie-breakers among firms that are otherwise essentially technically equal. Relative to FACTOR 5 Location & Locality Knowledge, it is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. The Source Selection will consider the performance risk associated when a firms project team(s) is not co-located in the same office. SUBMISSION FORMAT: Three (3) completed and bound paper copies and one (1) electronic copy in PDF format on CD are required for each submission. Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part I, Section B. A firm 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 a submitting Firm is located outside the United States, the local Dun and Bradstreet office should be contacted. Relative to all submittals, FONT SIZE shall be at least 10 point or larger (MS Word Font Size 10 for Times New Roman, Arial and Courier New fonts are examples of the minimum acceptable Font Size). Except as otherwise indicated, pages shall be 8-1/2 inches by 11 inches. Where page limits are indicated for Parts/Sections of the SF 330, excess pages will not be read or considered. Each side of a sheet of paper shall be counted as a single page. Blank sheets or tabs separating the sections within the SF 330 will not count toward any page limitation. The Organizational Chart required in Section D and the Matrix required as Section G, may be presented on sheets 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 and bound in the SF 330 at the proper location. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D. Resumes in Section E shall not exceed two (2) pages each. Multiple Resumes may be reflected on a single page. Resumes shall be provided for the qualified professional personnel indicated in FACTOR 1, above. Professional licenses, registrations, and/or certifications shall be specifically identified on resumes and the failure to indentify a license, registration and/or certification will result in a presumption that none exists for the individual for whom the Resume is offered. A maximum of Ten (10) projects including the prime and consultants will be reviewed in Section F. No more than one (1) page should be used for each project. Multiple projects may be reflected on a single page. When listing projects in Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. Multiple task orders that are associated with a single project may be used and will be considered a single project; however, listing a single contract with task orders that may be unrelated is not considered a single project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. Section H shall not exceed fifteen (15) pages. Indication of favorable performance ratings, awards, and repeat clientele in Section H is recommended. An SF 330 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 PROPOSALS. ALL REQUIREMENTS OF THIS NOTICE MUST BE MET FOR A FIRM TO BE CONSIDERED RESPONSIVE. SOLICITATION PACKAGES ARE NOT PROVIDED. SUBMITTALS MUST BE RECEIVED NO LATER THAN 1200 HRS (12:00 PM NOON CENTRAL TIME) ON TUESDAY, 11 MAY 2010. Regulations require that the Selection Board not consider submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 1200 HRS (12:00 PM NOON CENTRAL TIME) on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. A Pre-Selection Evaluation Board is tentatively scheduled to commence on or about 13 MAY 2010. Letters to Firms on the Final Selection List are tentatively scheduled to be sent on or about 23 MAY 2010. The final Source Selection Evaluation Board is tentatively scheduled to commence on or about 3 JUNE 2010. As required by acquisition regulations, interviews for the purpose of discussing prospective Firms qualifications for the contract will be conducted only with those firms considered most highly qualified after submittal review by the selection board (Final Selection List). Interviews, if held, may be conducted in person or via telephone. Telephone calls and Personal visits for the purpose of discussing this announcement will not be allowed. Questions are to be in writing via e-mail to the POC listed above. Questions will be answered in writing via posting to a Question and Answer (Q&A) document on www.fbo.gov, beginning 19 April 2010. Firms are encouraged to view the Q&A document BEFORE sending in a question as it may already be answered. All questions are to be received no later than 1500 HRS (3:00 PM CENTRAL TIME) on 3 MAY 2010. All questions will be answered via posting to the Q&A document not later than 1500 HRS (3:00 PM CENTRAL TIME) on 5 MAY 2010. To verify timely receipt of a submission, the submitting firm may also send an e-mail to the POC list above. All Firms making submissions acknowledge the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this announcement. For instructions on registering in CCR, see the CCR website at http://www.ccr.gov. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Submittals are to be mailed to: USPFO-WI, Attn. Contracting Zachary Tevis, 1 Williams Street, Camp Douglas, WI 54618-5002.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-10-R-0002/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN02116324-W 20100410/100408234924-afe927526ca8e7a1e22a94a6225e3400 (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.