Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

C -- USPFO for Arizona, A-E IDIQ

Notice Date
4/1/2011
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-11-R-0003
 
Response Due
5/13/2011
 
Archive Date
7/12/2011
 
Point of Contact
Sergio J. Molina, 602-629-4014
 
E-Mail Address
USPFO for Arizona
(sergio.j.molina@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is posted in its entirety and hereby serves as the official solicitation for this project. POINT OF CONTACT (POC) FOR THIS ANNOUNCEMENT IS SERGIO J. MOLINA. THE ALTERNATE POC IS MARY J. DUNCANSON. SUBMIT QUESTIONS VIA E-MAIL TO: sergio.j.molina@us.army.mil AND TO: mary.j.duncanson@us.army.mil. The NAICS code is 541310 "Architectural Services". The size standard is $4.5 Million. This action is being undertaken in accordance with the Architectural & Engineering (A-E) provisions of FAR Part 36 and DFARS Part 236. This announcement is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE for the selection of A-E firms for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. Firms must be capable of concurrently working on and responding to multiple projects. Selection of firms will not be 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 given notice that they should review FAR Part 9.5 - Organizational and Consultant Conflicts of Interest and FAR 36.209 - Construction contracts with A-E firms. SCOPE OF SERVICES: The USPFO for Arizona intends to award one (1) or more Firm Fixed-Price (FFP) performance-based A-E IDIQ contract (s), based upon a firm's response to this solicitation and upon the professional qualifications necessary for the performance of the required services. Each A-E IDIQ contract will be established for a base period of 1 year and up to 4 option years. Individual task orders will be issued at a minimum value of $1,000.00 within the contract maximum ceiling value of $10, 000,000.00. FFP Task Orders (TOs) are anticipated to be awarded against the A-E IDIQ contracts. The Government anticipates that this announcement will result in the minimum award of one (1) contract to provide A-E services at National Guard locations throughout the State of Arizona. The USPFO for Arizona reserves the right to award more than one A-E IDIQ contract. By making a submission, the submitting firm acknowledges that a TO may be issued for locations throughout the State of Arizona. One evaluation factor will be the proximity of a firm's office and its assigned project team and the firm's knowledge of the locality, as it pertains to design and construction methods of military projects in the geographic area where anticipated work will be accomplished. During the past 5 years, 60% of all TOs issued have been in or around the Tucson, Arizona Metropolitan area. Individual TOs anticipated to be issued under the A-E IDIQ contracts may be issued under the American Recovery and Reinvestment Act. Firms are advised that under such circumstances, Recovery Act reporting requirements and contract clauses will be applicable to those TOs. A-E services for which a TO may be issued include: 1. Design of new facilities or utility systems of various types, sizes, and complexities. 2. Rehabilitation of existing facilities or utility systems of various types, sizes, and complexities. 3. Design of projects on Army or Air Force installations. 4. Application of Anti-Terrorist/Force Protection criteria. 5. Sustainable design utilizing LEED rating tools. 6. Preparation of the development of the technical information for design-build Request for Proposals (RFP). 7. Development of construction cost estimates and schedules. 8. Design of Demolition. 9. Comprehensive planning that is related to future construction requirements on military installations. 10. Construction phase services including commissioning, shop drawing review and preparation of operations and maintenance (O&M) manuals. EVALUATION: The Government's selection of the contractor who proposes the "best value" will be based upon an integrated assessment of the factors found in the selection criteria. The Government will use these factors to determine the most highly qualified firm (s). Each factor will be assigned a rating based on the level of risk to the government and in view of the factor being evaluated how well the firm will successfully perform the contract. A rating will be given to each submission. The following factors will be considered in deciding which of the most highly rated firm will be selected to hold discussions with. All factors are listed in their order of importance. SELECTION CRITERIA: The following factors will be assessed and rated in descending order of importance (unless determined otherwise). FACTOR 1. Professional qualifications necessary for satisfactory performance of required services. - This factor assesses the individual experience of the personnel and professional qualifications 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. Key positions may 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 type (s) of work described in the SCOPE OF SERVICES. Resumes must be submitted for all qualified professional personnel selected by the firm to be assigned to the project team. Professional licenses, registrations, and/or certifications shall be specifically identified on resumes. 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. FACTOR 2. Specialized experience and technical competence in the type of work required. - This factor assesses the experience of the firm and project team in completing projects requiring skills similar to those anticipated for the A-E IDIQ contract (s). Where appropriate, a firm must describe specialized experience and technical competence in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. FACTOR 3. Capacity to accomplish work in the required time. - This factor assesses the ability of the firm to accomplish a project (s) within required time periods, given its current projected workload and the availability of key personnel. The evaluation will consider the availability of an adequate number of personnel in key disciplines for effective execution as a Project Delivery Team (PDT). The design team for the firm must demonstrate the ability to concurrently perform at least two, $250,000.00 multi-disciplinary TO contracts in a 150-day period. The evaluation will also consider the experience of the firm and any consultants with similar size projects, the availability of an adequate number of personnel in key disciplines, and the capability of the firm to provide qualified backup-staff for key personnel in order to ensure continuity of services in meeting unexpected project demands. Firms must demonstrate the ability to respond quickly and coordinate multiple tasks. Firms must include records of proposed personnel working together as a team. FACTOR 4. Past Performance (previous 5 years). - This factor assesses and considers the past performance of the project team on related work performed for the DoD, other Government agencies, private industry and other similar contracts with respect to quality of work, cost control, compliance with performance schedules, cooperation and responsiveness. The Government may consider information provided by the firm, customer inquiries, Government databases, and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. In addition, any records of significant claims against the firm because of improper or incomplete architectural and engineering services must be included. Firms will also be evaluated based on established A-E Contract Administration Support System (ACASS) ratings and other credible documentation included on Standard Form (SF) 330. Firms may include brief references to letters of commendation or awards for work performed as part of the descriptive project narrative in SF 330 - Part 1, Section F. FACTOR 5. Firm Location & Locality Knowledge. This factor assesses the information provided that demonstrates expertise in geological features, climatic conditions, natural resources, architectural context, local construction methods, local and state building codes and permit requirements. The description for this criterion must be included in SF 330, Section H. This factor also evaluates both the distance of the firm's project office from the Greater Tucson and Phoenix Metropolitan Areas, the extent of the firm's knowledge about both metropolitan areas and the knowledge and experience of the firm pertaining to state, county and local requirements for projects of the types anticipated for the A-E IDIQ contract (s). Relative to Factor 5, the Government recognizes that firms with multiple offices may form a project team with personnel from more than one office. As such, the Government will consider the performance risk associated when a firm's project team (s) is not co-located in the same office. FACTOR 6. Volume of Department of Defense (DoD) Awards (during the preceding twelve (12) months). This factor assesses the volume of DoD work awarded during the twelve month period immediately preceding the date of this announcement. Firms must provide a list of all awarded DoD contracts to include dollar value. Firms must list only basic contract awards. Work performed as a subcontractor will not considered. An individual list of TOs is not required. SUBMISSION FORMAT: Qualifications data. - A firm must file SF 330, Architect-Engineer Qualifications - Part II, and when applicable, SF 330 - Part I, in order to be considered for an A-E contract. Three (3) completed and bound paper copies and one (1) electronic copy in PDF format on CD are required for each submission. Submitting firms must include their DUNS number, along with the name of the firm in Block 5 of 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 nearest local Dun and Bradstreet office should be contacted. Instructions and Suggestions for preparing SF 330. The capability of an A-E firm to perform a certain project will be evaluated based upon the factors listed in this notice and from the information submitted on SF 330. Hence, a firm must prepare this document thoroughly, logically and professionally to ensure the best consideration by the A-E evaluation board. Some general advice: Read the FedBizOpps synopsis carefully. Address all requirements in the synopsis thoroughly, concisely and clearly. Submit only for projects that your firm is well qualified to perform. Do not include extraneous material such as a general marketing brochure. A thicker submission is not a better submission. Evaluation board members spend the same amount of time viewing each submission. Hence, extraneous material will only dilute the review of your submission. A cover letter is not necessary. Use SF 330 - Part I, Section H to express your firm's commitment to a project. Part I and Parts II should be bound into one document using a plastic spiral fastener or 3-ring binder. Tab all documents. Bold print or shading may be used to emphasize important information. Avoid small and difficult-to-read fonts. Font size shall be 10 point or larger using Times New Roman, Arial and Courier New fonts. Except as otherwise indicated, pages shall be 8-1/2 inches by 11 inches. Where page limits are indicated for Parts and Sections of 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. Automated software may be used to prepare the SF 330 provided the general order and format of the information are maintained. The organizational chart required in Section D and the Matrix required in 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 x 11 inches and bound in the SF 330 at the proper location. Part I - Contract Specific Qualifications. SF 330 - Part I is prepared for the entire team. Part I can be adjusted some, provided the basic order and format of the information is maintained. Use bulleted phrases, charts, graphics and matrices instead of long sentences. The instructions on SF 330 - Part I are generally self-explanatory. The following additional advice is offered: Section C. List only the offices that will have a key role in the performance of the contract. Include a Part II for each key office. For example, a person may be new to a firm, and all of his or her relevant projects are with a previous firm. Make sure all key EP personnel are registered, licensed or certified, as appropriate. Section D. All key personnel for whom resumes are provided shall be shown on the organizational chart. Section E. The relevant projects selected to illustrate the qualifications of the key personnel do not have to match the projects in Section F. Resumes shall not exceed two (2) pages each. Section F. A maximum of ten (10) projects including the prime and consultants will be reviewed. Select recent projects; an evaluation board will generally give less credit to projects completed more than five years ago. Stress the relevancy of the projects to the announced contract. Photographs of completed projects can be inserted in block 24, but are optional. In Block 25, indicate which firms from the proposed team indicated on Section C were involved in the example project. No more than one (1) page should be used for each project. Multiple projects may be reflected on a single page. Select projects where multiple team members worked together, if possible, that demonstrate the team's capability to perform work similar to that required for this contract. Example projects are intended to demonstrate projects performed by some or all of the firms on the project team. Multiple task orders that are associated with a single project may be used and will be considered a single project. 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. Section G. This matrix graphically shows which of the key personnel proposed in Section E worked on the example projects in Section F. Evaluation boards certainly do not expect that all of the key personnel worked on all the example projects. However, boards will generally rank firms higher than demonstrate greater team continuity. In Item 26, include the name of the firm with which the person was associated with. Section H. Do not repeat information that was already presented in the previous sections. This is the place to address selection criteria that cannot be presented in Sections E - G, such as equipment resources, computer capability, and quality management approach. Acknowledge and address any negative comments on performance evaluations or any "marginal" or "unsatisfactory" performance evaluations. Identify what your firm has done to improve performance since the evaluation was completed. Section H shall not exceed fifteen (15) pages. Indication of favorable performance ratings, awards, and repeat clientele in Section H is recommended. Part II - General Qualifications. A SF 330 Part II is required for each designated branch office of the prime firm, each joint-venture partner, and each subcontractor shown Section C of Part I. The synopsis will instruct whether to submit current Parts II with Part I, or that the Parts II on file in ORCA will be used if not submitted. In the latter case, a firm should ensure that the Parts II in ORCA for all of their proposed team members are current. Part II is prepared on a branch or subsidiary office basis, which aligns with the assignment of DUNS Numbers. Hence, all of the information on a Part II, except column 9.c (1) for total firm personnel, is for the specific branch or subsidiary office. The instructions on the SF 330 - Part II are generally self-explanatory. The following additional advice is offered: Block 7. Indicate the name of the parent firm if the Part II is for a branch office or subsidiary firm. Block 9. There is space for 20 disciplines. So select the primary disciplines in an office. All remaining employees are totaled and shown under "Other Employees." Select from the disciplines listed on page 5 of the instructions, or insert the titles of other disciplines pertinent to the office. Column 9.c (1) is for the total firm (all offices), whereas column 9.c (2) is for the specific branch office. If a firm has only one office, both columns will be the same. Block 10. There is space for 22 experience profile codes. So select experience categories that represent the primary capabilities of an office. Firms must make a business decision about breaking a project down into various component profile codes or identifying a project with a single profile code. Select from the experience categories listed on page 6-8 of the instructions, or insert other types of experience pertinent to the office. THIS IS NOT A REQUEST FOR PROPOSAL. IN ORDER FOR A FIRM TO BE FOUND 'RESPONSIVE' TO THIS NOTICE, ALL REQUIREMENTS OF THIS NOTICE MUST BE MET. SOLICITATION PACKAGES ARE NOT PROVIDED. SUBMITTALS MUST BE RECEIVED NO LATER THAN 1200 HRS (12:00 PM NOON LOCAL TIME) ON May 13, 2011. Regulations require that the Selection Board not consider submittals received after this time and date. Late proposal rules at FAR 15.208 will be followed for submittals received after 1200 HRS (12:00 PM NOON LOCAL 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 May 25, 2011. Letters to firms on the Final Selection List are tentatively scheduled to be sent on or about June 21, 2011. The final Source Selection Evaluation Board is tentatively scheduled to commence on or about July 25, 2011. As required by acquisition regulations, interviews for the purpose of discussing the 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 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 submitted in writing via e-mail to the POC and alternate POC listed above. Questions will be answered in writing via posting to a Question and Answer ("Q&A") document located at https://www.fbo.gov/, reference this solicitation number beginning W912L2-11-R-0003. Firms are encouraged to view the Q&A document BEFORE sending in a question as it may have already been answered. All questions are to be received no later than 1500 HRS (3:00 PM LOCAL TIME) on May 6, 2011. All questions will be answered via posting to the Q&A document no later than 1500 HRS (3:00 PM LOCAL TIME) on May 6, 2011. To verify timely receipt of a submission, the submitting firm may also send an e-mail to the POC and alternate POC listed 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. A-E firms meeting the requirements described in this announcement and desiring consideration are invited to submit three (3) copies of a current, complete, signed and dated Standard Form (SF) 330, Architect-Engineer Qualifications to: USPFO for Arizona, Attn: Procurement & Contracting Division, 5645 E. McDowell Road, Phoenix, Arizona 85008. E-mail or fax copies will not be permitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-11-R-0003/listing.html)
 
Place of Performance
Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
Zip Code: 85008-3442
 
Record
SN02414748-W 20110403/110401234133-d1f9c6a0abaaa5260322b478cde858e9 (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.