Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
MODIFICATION

C -- ARCHITECT-ENGINEER (A-E) INDEFINITE DELIVERY, INDEFINITE QUANTITY (ID/IQ) CONTRACT FOR PLANNING AND PROGRAMMING (P&P) A-E SERVICES - UNRESTRICTED COMPETITION

Notice Date
12/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-11-R-0017
 
Response Due
12/23/2011
 
Archive Date
2/21/2012
 
Point of Contact
David Matthew Curry, 2568951745
 
E-Mail Address
USACE HNC, Huntsville
(david.m.curry@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 DESCRIPTION: This acquisition is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. The objective of this Architectural-Engineering (A-E) contract is to procure highly specialized services to provide continued technical and planning support. In order to accomplish this objective, the Huntsville Center proposes to award multiple Unrestricted Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). Each award will include one base year and four option years under which firm-fixed price (FFP) task orders (TO) will be negotiated. It is anticipated that one solicitation will be issued resulting in multiple awards, with a target of three or more contracts; however, the Government reserves the right to award more, less or none at all if it is determined to be in the best interest of the Government. The North American Industry Classification System (NAICS) code is 541310, Architectural Services, with a small business size standard of $4.5M. The total requirements expected to be awarded under this PLANNING AND PROGRAMING A-E contract is anticipated to equal approximately $45,000,000 over a period of five (5) years. This acquisition is being conducted using unrestricted full and open competition. In accordance with FAR 36.209, the A-E Contractor and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for Department of Defense (DoD) construction design-build contracts or any TO that relates to work awarded under this contract. All work shall be in accordance with (IAW) the most current edition of all applicable codes. However, detailed instructions shall be specified in any subsequent TO, particularly Outside the Continental United States (OCONUS) work, which is generally subject to the requirements of host nations. 2.0 SCOPE: (a) The Planning and Programming Support Team addresses the full spectrum of military master planning and programming documentation. The overall Planning and Programming support actions include real property master planning, facility quantitative and alternative requirements analysis, economic analysis, production of facility management support documentation, facility utilization studies, area development planning, graphic renderings,, utility/infrastructure capacity analysis, sustainability and energy studies, and project programming documents of military installations and military sites. The purpose of this contract is to support a wide variety of master planning, requirements analysis, infrastructure studies, and programming documents for military installations, facilities, land, utilities, and related issues associated with internal "fence to fence" and external "military to civilian community" study efforts. This contract will support the functions covering identification of requirements, master planning, project programming, and technical actions supporting facilities management in accordance with Army Regulation AR 210-20 (Real Property Master Planning for Army Installations), DA PAM 420-1-2 (Military Construction Army and Non-Appropriated-Funded Construction Program Development and Execution), AR 420-1 (Army Facilities Management, 28 March 2008), Sustainable Design and Development Policy Update (Environmental and Energy Development) Memorandum 27 October 2010, as well as other related Army regulations and guidance and the regulations for the other military services. The effort includes, but is not limited to planning and planning-related studies related to military installation and military site facilities, and related items such as construction and renovation programming documents, installation environmental documents, installation mapping and geographic information systems geospatial development and analysis, and utility/infrastructure support studies. (b) Energy and Sustainability Applications. Typically facility plans are prepared to achieve, as a minimum, a silver rating using Leadership in Energy and Environmental Design (LEED) certification in accordance with ECB No. 2011-1 High Performance Energy and Sustainability Policy. (c) Periodically it is also necessary to (1) prepare an environmental assessment or prepare a supplement to comply with the requirements of the National Environmental Policy Act (NEPA) and Army Regulation (AR) 200-2; (2) perform Value Engineering studies of facility designs developed by the A-E that have a construction working estimate of $2M or more; (3) prepare statements of work and request for proposal package for solicitation of design-build projects, and/or (4) perform part or all of the supervision and inspection in accordance with FAR Part 16.505(a)(8)(ii) and DFARS clause 252.236-7009, Option for Supervision and Inspection Services. (d) It is anticipated that most of the efforts will be required to conform to the following documents: (1) Army Regulation 415-16 - copy available at http://www.apd.army.mil/jw2/xmldemo/r415_16/cover.asp and (2) CEHNC 1110-1-1, Design Manual for Architect-Engineers. (e) Place of Performance may include Continental United States (CONUS) and OCONUS locations, including contractor's facilities and project sites throughout the United States, including Alaska, Hawaii, and all U.S. Territories. 3.0 PRIMARY SELECTION CRITERIA: The selection criteria for the basic ID/IQ contract are listed below. Given the main factor in A-E selection is the determination of the most highly qualified firm, the primary selection criteria for this acquisition are listed below in descending order of importance. (a) Specialized Experience and Technical Competence: specialized experience and technical competence in which the primary purpose is to provide design and technical support at DoD facilities in the areas of Planning and Programming. The prime firm and key subcontractors (i.e. any subcontract which equals 10% or more of the prime contract) should have experience working together; the effectiveness of the proposed project team is also a consideration. If a prime firm is using key subcontractors experience to qualify, the prime firm shall submit letters of commitment from those subcontractors and any key personnel. Firms shall provide a maximum of five example projects performed by either the prime firm or a key subcontractor demonstrating recent experience. The agency will review only the maximum allowable projects in their order of submission; any projects thereafter will be disregarded. Relevant experience is defined as similar in size, scope and complexity to the services identified herein. Recent experience is experience within the last three (3) years from the date of this announcement. The offeror must address criteria separately. Sub criteria are as follows: 1. Specialized experience in master planning, Preparation of: Installation Real Property Master Plans (RPMP), Requirements Analysis, Economic Analysis, Area Development Plans, Infrastructure Capacity Analysis, Produce and analyze Geospatial data, Geographic Information Systems Data, Vector file and other Map formats as applied to planning and programming task actions. Prepare Solutions (COAs) for DOA Sustainability Requirements and Goals, Prepare Energy Studies such as but not limited to energy load calculation modeling, analysis and recommendations to comply with DOD energy guidelines for sustainable and renewable energy sources as applied to projects and established standards. Prepare environmental studies relative to RPMP. 2. Specialized experience in Force Modernization/Force Integration Studies/Unit Set Fielding Studies; Preparation of: Installation Compatibility Use Zone (ICUZ) Studies, Airfield Installation Compatibility Use Zone (AICUZ) Studies, Land Use Studies, programmatic and parametric cost estimates, Program Business Process Reviews, renderings, Facility Utilization Studies, facilities management documentation, and real property inventory accounting and database entry. (b) Professional Qualifications: The offeror must demonstrate that the prime firm is permitted by law to practice the profession of architecture and/or engineering work in at least one state, territory or jurisdiction of the United States as required by FAR 36.601-4(b). The offeror shall submit resumes for key personnel to include principal of the firm, project manager(s), lead cost estimator, lead urban planner, lead economist, lead architect, landscape architect, land surveyor, and lead engineers in the disciplines of civil, electrical, mechanical, structural, environmental, and geotechnical. Any key personnel who are not currently employed by the prime, a subcontractor or a joint venture identified in the SF-330 must provide a signed letter of commitment that accompanies their resume. The offeror must identify any key personnel that will perform multiple responsibilities described above. The Government will consider the qualifications of key personnel based on their education, credentials/registration, experience related to assigned responsibilities, training and longevity with the employing firm. There is no requirement for Project Managers to be licensed. Lead architect and engineers and the land surveyor must be registered in at least one state, territory or jurisdiction of the United States. Resumes for each of the above key personnel must identify their qualifications that are relevant to the satisfactory performance of the services required herein. (c) Past Performance: Past performance of the prime firm and any key subcontractors on recent (i.e. completed within the past three (3) years from the release of this announcement) and relevant contracts as determined from Past Performance Information Retrieval System (PPIRS) and other sources. PPIRS will be queried for all prime firms to assess performance risk. Performance evaluations for any key subcontractors may also be considered. The Government may elect to consider any credible information obtained from other sources in addition to those identified by the firm if adequate information is not available in PPIRS. In the event that adverse past performance information is obtained from other sources, the firm will have the opportunity to respond to any adverse information received which it had not had a previous opportunity to comment. (d) Capacity: Demonstrate capacity or an effective organization structure, project team to accomplish up to an estimated three (3) task orders simultaneously with a minimum value of $500,000 per task order in a one year period of time. Identify the full potential value of each current Indefinite Delivery contracts that the firm has with the Government. Capacity will be evaluated in accordance with FAR 36.602-1(a)(3). (e) Quality Control: Provide a design quality control management approach tailored to this procurement, specifically explaining how the A-E will maintain the quality of the design and control the estimated cost of construction, as designed. The A-E shall define the system that will be in place at the time of contract award to assure the design quality is maintained and provide a comprehensive description of how the quality control process will be executed, including names and designations of the primary professionals, who will be responsible for independent quality review (apart from key personnel design team members). (f) Knowledge of Locality: Demonstrate capability to perform work throughout the Continental United States (CONUS), District of Columbia, and Outside the Continental United States (OCONUS) Alaska, Hawaii, and U.S. Territories and possessions. Firms should demonstrate their capability to perform work in multiple geographic locations. Greater consideration will be given to A-E firms with the capability to perform work in diverse locations. 4.0 SECONDARY SELECTION CRITERIA: The secondary criteria at (a) and (b) below will only be used, as needed, as "tie-breakers" among firms considered essentially technically equal. (a) Small Business Participation Plan: All Offerors will be evaluated on the extent of participation of small business concerns in performance of this contract opportunity. Offeror's must propose goals for Small Business Participation. Propose an overall goal accomplished through collective small business participation from any type of small business or sub-category small business. The Government will evaluate the proposals to determine which proposals offer the BEST VALUE in terms of Small Business Participation. The work to be performed directly by a small business prime offeror will be evaluated as Small Business Participation. IAW DFAR 215.304(c)(i)(A) PGI, Small Business Participation Plans (from large and small businesses) will be evaluated on the basis of: 1. The extent to which SB firms are specifically identified in proposals; 2. The extent of commitment to SB firms (for example, enforceable commitments are to be weighted more heavily than non-enforceable ones); 3. The complexity and variety of the work small firms are to perform; 4. Past performance of the offerors in complying with requirements of the clauses at FAR 52.219-8, Utilization of Small Business Concerns, and 52.219-9, Small Business Subcontracting Plan; and 5. The extent of participation of SB firms in terms of the value of the total acquisition and the extent of which proposal offers the best value for small business participation for this acquisition. USACE HNC's Subcontracting Goals are as follows: USACE small business subcontracting goals for FY11 Small Business 50.0% Small Disadvantaged Business 17.0% Woman-Owned Small Business 18.0% HUBZone Small Business 10.0% Veteran-Owned Small Business 8.5% Service-Disabled Veteran-Owned Small Business 4.0% (b) Volume of DoD Contract Awards: Please list the total value of all A-E contracts awarded in the last 12 months. For indefinite-delivery contracts, please list the total value of task orders actually issued by agencies in the last 12 months, and not the potential value of the contracts. Unexercised options will not be considered. 5.0 RATING METHODOLOGY: The criteria (excluding past performance) will be adjectivally rated according to the guidance provided below: (a) Excellent/Very Low Performance Risk: To receive this adjectival rating, the submitting firm must far exceed the requirements of the solicitation for the criteria/sub-criteria in question. In addition, the submitting firm has an outstanding approach and/or special qualification for the criterion being evaluated. The submitting firm has outstanding attributes that are very specifically applicable to the criterion. Exceptionally low risk of failure. No significant weak points. No deficiencies. (b) Good/Low Performance Risk: To receive this adjectival rating, the submitting firm must exceed the requirements of the solicitation for the criteria/sub-criteria in question. The submitting firm has similar experience, or an approach, clearly applicable to the criterion. Minor risk of failure. Weak points can be readily overcome. No deficiencies. (c) Satisfactory/Moderate Performance Risk: To receive this adjectival rating, the submitting firm must satisfy all requirements of the solicitation for the criteria/sub-criteria in question. Acceptable risk of failure. Weak points, even significant ones, can be overcome. No deficiencies. (d) Marginal/High Performance Risk: To receive this adjectival rating, the submitting firm satisfies some or few of the requirements of the solicitation for the criteria/sub-criteria in question. High risk of failure. A firm with a deficiency cannot be rated higher than marginal. (e) Unsatisfactory/Very High Performance Risk: To receive this adjectival rating, the submitting firm satisfies none or very few of the requirements of the solicitation for the criteria/sub-criteria in question. Near certain risk of failure. 6.0 DEFINITIONS: The selection board will utilize the following terminology to segregate findings for consolidation in the final selection report. (a) Deficiency: A deficiency is a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. (b) Strength: An aspect of a proposal that decreases the risk of unsuccessful contract performance or that represents a benefit to the Government. (c) Weakness: A flaw in the proposal that increases the risk of unsuccessful contract performance. 7.0 SUBMISSION REQUIREMENTS: Firms must be registered in the Central Contractor Registration (CCR) to be eligible for award. Firms may register via the CCR internet site at http://www.ccr.gov. SF-330 package submissions will be received until 1300 (1:00 pm) Central Time, 23 December 2011. Interested firms having the capabilities to perform the work described above must submit four (4) hard copies and one (1) electronic copy, on a compact disk (CD) or digital video disk (DVD), of the SF 330 Part I, Part II, as well as any JV documentation, Letters of Commitment, etc. Electronic copies shall be submitted in Adobe Acrobat PDF format. Submissions shall be provided to the Contract Specialist as follows: US Army Engineering and Support Center, CEHNC-CT-B, ATTN: Mr. David Curry, 4820 University Square, Huntsville AL 35816-1822. All hard copy submissions shall be identical in content. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 5 pages for Section H. In reference to the SF 330 Part I page limitation, each side of a sheet of paper is considered one page. Please note: cover sheets, covers, slip sheets, tab pages, title pages, separator tabs and/or sheets, clear covers and/or a table of contents do NOT count towards the 50-page limit for Part 1. When required, Letters of Commitment shall be submitted as part of the SF 330 Part II; please note that Part II has no page limitation. All elements of SF 330 packages shall use no smaller than 12 point type, with one exception: firms may use no smaller than 10 point font on organizational charts, graphs, tables and matrices. Firms shall include their DUNS number in the SF 330, Part I, Section H. Firms shall also indicate in Section H the estimated percentage of involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Any joint venture (JV) must submit the parties' signed JV agreement as a part of the package. JV paperwork is not included in the page count and shall be provided as an attachment. This is not a request for proposal. Award is anticipated to be made during the summer of 2012. Hand carried submissions shall be dropped off at the US Army Engineering & Support Center's mailroom, 4820 University Square, Huntsville, AL 35816, by the person delivering the package. The mailroom entrance is located at the North side of the building and is clearly marked from the outside. Mailroom personnel will receive the packages, date stamp, x-ray as appropriate and call the person identified on the package. The mailroom hours for package deliveries are 0800-1500, Monday-Friday, excluding holidays. Points of contact (POC) for the subject acquisition are as follows: David Curry Contract Specialist, 256-895-1795 David.M.Curry@usace.army.mil Sandra Davis Contracting Officer Sandra.L.Davis@usace.army.mil Interested firms shall post any subsequent questions at www.projnet.org. The bidder inquiry key for this acquisition is U8FENC-ZF6OIR. The deadline for questions is 1300 (1:00 PM) Central time, 7 December 2011. Questions submitted before this deadline will be reviewed and answered. Questions submitted on or after this deadline may be answered, or they may not.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-R-0017/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02639844-W 20111217/111215234327-0d19b93f9f27bbd986f75f468f9def13 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.