Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

C -- Announcement Information for Indefinite Delivery Contracts (IDC); General Archi-tect and Engineering (A-E) Services with major focus on Sustainable Design.

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-AE-0003
 
Response Due
5/14/2012
 
Archive Date
7/13/2012
 
Point of Contact
Jason L Parker, 917-790-8080
 
E-Mail Address
USACE District, New York
(jason.l.parker@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Announcement Information for Indefinite Delivery Contracts (IDC); General Archi-tect and Engineering (A-E) Services with major focus on Sustainable Design at various locations of service by New York District, but contract can include work anywhere on other US Army Corps of Engineers locations within the NAD Boundaries. This procure-ment is Set Aside for 100% Small Business. Classification Code: C - Architect and Engineering Services NAICS Code: 541 - Professional, Scientific, and Technical Services/541330 - Engineer-ing Services SYNOPSIS: Services may be requested for development of products in the following phases: Master Planning, Programming/Planning, Design, Construction and Post-Occupancy. The em-phasis of this contract is for services required to ensure the integration of sustainable de-sign features into the products and services delivered for individual projects or installa-tion infrastructure projects. Such products may include: Master Planning documents, planning and design charrettes, baseline energy surveys, studies (to include site investiga-tion, geotechnical, feasibility and value engineering studies), site work and infrastructure design, development of design criteria for design-build contracts, and design of new con-struction and renovation projects primarily for military work. Services may also be re-quired during the construction phase and post-occupancy phase that may include design during construction, preparation of operation and maintenance manuals, shop drawing review, site visits, commissioning/start-up/fit-up support and retro commissioning. Additional services may be required related to LEED Green Building Sustainable design, design analyses and cost estimating using the latest version of M-CACES (MII Soft-ware), PACES, and LCCA. CADD and GIS deliverables may also be required. Deliver-ables in Micro station or AutoCAD format, Building Information Modeling (BIM) will be required. Preparation of CADD drawings shall be prepared in accordance with the Ar-chitectural/Engineering/Construction (A/E/C) standards, New York District CADD standards and latest standard release of Computer-aided software. (CADD). Examples of potential repair or renovation projects include: Whole building renovation, repair or replacement of architectural elements, building seismic upgrades; force protec-tion upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems; renovation of historic structures, academic facilities and research and develop-ment facilities., Examples of new buildings and or structures includes: Vehicle maintenance facilities, administrative facilities, industrial facilities, ranges, training facilities, pave-ments/hardstands, barracks/dormitories, dining facilities, Research and Development fa-cilities, Academic Labs, Academic Facilities. Green building practices can substantially reduce or eliminate negative environmental impacts through high performance design, construction, and operating & maintenance practices. The AE services requested shall include, and not be limited to the proper exe-cution and/or review of a building design project that seeks to meet all required federal sustainability and renewable energy FY goals while maintaining the LEED certification requirement as listed by the US Green Building Council, also mandated by the Depart-ment of Defense. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The purpose of this Indefinite Delivery Order Contract (IDC) is to secure various engi-neering and Sustainable Design services in support of civil works activities both within and outside the New York District boundaries. This IDC is restricted to A-E firms that are classified as "small business". One (1) A-E firm will be selected from this announcement. The number-one-ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The selected A-E firm will need to be familiar with the Architect-Engineer Contract Administration Support System (ACASS). The ACASS system is a web-based application that can be accessed via the internet website, http://cpars.navy.mil/. The length of the contract is a maximum of 5 Years (60 months) and will not include op-tional periods. The total capacity of the contract will not exceed $ 9,900,000. (EFARS 36.601-3-90(b)). Task Orders will be issued by negotiated firm-fixed-price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, the government guarantees a minimum ordering obligation of $50,000 for the basic contract via the first Task Order in concurrence with the Indefinite Delivery Contract award. (NOTE: This is a minimum ordering obligation; NOT a minimum payment. Contractor shall only be entitled to breach of contract damages, i.e., anticipated profit for an order of this amount and provable standby costs in the event that the Government does not issue orders for the value of the minimum-ordering guarantee.) Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th and 5th calendar years of the contract. It is the intent of the New York District to not have a "hollow" contract. The selected small business A-E firm will need to demonstrate capability to perform at least 50% of the contract work listed below in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm In particular, in order to be awarded a small business contract the concern must agree that: In the case of a contract for services (except construction), the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employ-ees. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or em-ployees of other HUBZone small business concerns. In order to be awarded a SDVOSB SA contract the concern must agree that: In the case of a contract for services (except construction), the SDVO SBC spends at least 50 percent of the cost of the contract in-curred for personnel on the concerns employees or on the employees of other SDVO SBCs. In accordance with FAR 52.244-4 Subcontractors and Outside Associates and Consult-ants (Architect-Engineer Services). (Aug 1998), the following applies: "Any subcontractors and outside associates or consultants required by the Contractor (prime A-E firm) in connection with the services covered by the contract will be limited to individuals or firms that were specifically identified and agreed to during negotiations. The Contractor shall obtain the Contracting Officer's written consent before making any substitution for these subcontractors, associates, or consultants". If a substitution is necessitated by illness, death, or termination of employment for what-ever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the occurrence of any of these events and provide the following information to the Contracting Officer: Required information for substitutions necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the pro-posed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substi-tutions. January 2011 is the approximate award date of the contract. The wages and benefits of service employees (See FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as de-termined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by con-tacting the DOD Electronic Commerce Information Center at 1-800-334-3414. This contract is being procured in accordance with the Brooks Architect-Engineer Act as implemented in FAR Subpart 36.6 and FAR 16.202. The highest ranked firm will be se-lected for negotiation based on demonstrated competence and qualifications for the re-quired work. Labor rates for each discipline, overhead rates and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be ne-gotiated and applied to the 2nd, to 5th calendar years. Concentration of work will be pri-marily at locations of serviced by the New York District, but can include work anywhere within the North Atlantic Division boundaries. C--Indefinite Delivery Contract M-314 for Sustainable Design - General Architect Engineering Services. Solicitation Number: W912DS-12-AE-0003 Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: U.S. Army Engineer District, New York The wages and benefits of services employees (see far 22.10) performing under this con-tract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Elec-tronic Commerce Information Center at 1-800-334-3414. The A-E firm selected for this contract will be responsible to utilize the Army Contractor Manpower reporting (CMR) system and will be required to report certain information to the Army CMR system. For additional information see: https://contractormanpower.army.pentagon.mil. 2. SERVICES / INFORMATION: Investigations / Site Selection Perform Record searches and geophysical investigations in support of Environmental Site Assessment / Brownfield remediation. Perform baseline energy surveys. Master Planning AE services shall include supporting the Installation's Master Planner in the performance of traditional Real Property Master Planning products to include Long Range Planning, Installation Design Guide, Capital investment strategy, helping develop the installation's sustainable goals, Short range planning incorporating sustainable design and development into the installation planning and infrastructure projects. Services may be rendered for an individual project or for the entire installation and may include standalone renewable en-ergy projects and third party agreements. Services shall include the preparation of DD Form 1391 integrating the sustainable design and development principles and factors as outlined in AR 210-20, Real Property Master Planning for Army Installations. AE services may require the need, depending on complexity, for Master Planning study towards a military installation or campus objective to register multiple projects under var-ious LEED certification options, i.e. LEED for Multiple Buildings and On-Campus Building Projects (2010 AGMBC). The LEED NC project and/or Net-Zero boundaries shall also be identified and established in the Master Planning stages of the project. The AE shall have full knowledge of the LEED project boundary for multiple building devel-opments. AE shall work with the installations' master planning group to ensure that the environmental site issues proposed in the initial development of the site and project are continued throughout future development caused by changes in programs or demography. Programming / Planning: A-E services shall incorporate the sustainable design and development principles and fac-tors as outlined in AR 210-20, Real Property Master Planning for Army Installations in the development of planning charrettes, preparation of concept and final designs; pro-fessional engineering services; pre-design site assessment; feasibility and concept studies; geotechnical investigation and reports; environmental investigations including permitting, studies and reports; asbestos and lead sampling and other hazardous materials abatement; site development; cost engineering using the latest version of M-CACES (MII Software), and Life Cycle Cost Analysis (LCCA) for verification of proposed products that may have a higher initial cost, but regain savings over the life of the product due to highly ef-ficient building systems. A-E shall designate a Sustainability Team Leader who will be responsible for facilitating the studies and charrettes to ensure that sustainability is incorporated into the program-ming and planning process of a project and that there is an integration of the architectural building design features with the mechanical and electrical systems and the site layout design. Design - Concept and Final: AE shall have experience in the design of facilities and installation infrastructure demon-strating the sustainable design and development principles, as well as standalone renewa-ble energy projects and third party agreements. The AE shall demonstrate energy reduction as required for New Buildings in accordance with the Energy Independence and Security Act (EISA 2007), Energy Policy Act of 2005 (EPAct) as codified in the CFR Title 10 CFR Part 433. Specifically, new buildings shall be designed to comply with the latest ASHRAE Standard 90.1 (2007). Additionally, reference to ECB- 2011-1 states that FY12 Program projects are to achieve an energy efficiency of 40% better than ASHRAE Standard 90.1(2007). FY13 Army policy is to follow SDD policy for projects using ASHRAE Standard 189.1. For Renovation projects where renovation costs are greater than or equal to 25 percent of the replacement cost of the building, the entire building shall be brought into compliance with the requirements for new construction listed above. The replacement cost of the building is exclusive of the cost to bring the building into compliance. Where renovation costs are less than 25 percent of the replacement cost of the building, the entire building shall be brought into compliance with the requirements for new construction referenced above to the maximum extent practical. All work shall comply with the requirements for new construction. In addition, the AE shall demonstrate the design expertise in the following sustainable and renewable energy technologies: Selecting and developing the site wisely to benefit alternative energy / sustainable strate-gies. Reducing the emissions associated with transportation. The design and planting of sustainable landscapes. Protecting surrounding habitats. Managing stormwater runoff & controlling erosion and sedimentation, reducing the heat island effect, eliminating light pollution. Researching the environmental and economic issues with regards to mitigation. Alternative transportation methods/ fuel consumption reduction. Monitoring a building's water consumption performance. Reducing the project's indoor potable water consumption. Reducing the project's water consumption to save energy and improve environmental well-being. Practice water-efficient landscaping. Use of captured rainwater. Use of treated, recycled wastewater. Reduction of a buildings energy consumption, maximizing energy performance. Tracking building energy performance. Managing refrigerants to eliminate CFCs. Utilizing renewable energy sources. Integrate projects (where applicable) with systems that incor-porate on-site energy such as: photovoltaic panels, wind turbine power, low-impact hy-dropower strategies, wave & tidal, bio-fuels, geothermal systems (deep-earth or steam), geothermal heat pumps, solar thermal collection and storage, and off-site green power options. Selection of sustainable materials to be used in construction. Strategies to minimize and manage construction waste. Source waste reduction (packaging). Reusable materials and Recyclables. Specification of rapidly renewable materials. Improving ventilation. Managing air contaminants. Specifying low VOC products. Al-lowing occupants to control desired settings for lighting and thermal comfort. Provide daylight and views to the occupants of the building. Passive ventilation methods and strategies. Reduction of sound transmission. Life Cycle Cost Analysis (LCCA) - Calculation Methods All analysis shall be performed based on the actual conditions expected over the life of the facility including anticipated occupancies, scheduled hours of operation, maintenance and process loads. The LCCA shall be prepared using the Building Life Cycle Costing (BLCC5 latest version) program, available from the National Institute of Standards and Technology. The LCCA shall be submitted for approval along with the Concept Design and shall be updated as necessary as the design progresses. The completed documentation shall be resubmitted with the Final Design. All backup calculations and assumptions shall be documented and submitted with the LCCA. The intent is to have the LCCA that inte-grates the architectural building features with air-conditioning, heating, lighting, and oth-er energy producing or consuming systems. Energy Compliance Analysis (ECA) ECA shall identify the specific energy conservation criteria that applies to the project, the software used to prepare the necessary calculations, a summary of all input to and output from the calculations, the projects energy target, and the calculated energy consumption of the proposed design. The ECA shall also include a separate narrative prepared by each of the following individuals: the Lead Project Architect, Lead Project Mechanical Engi-neer, and the Lead Project Electrical Engineer. Each of the three narratives shall list the conservation measures considered for that discipline, the impact of each measure consid-ered on the calculated energy consumption, and finally a list of conservation measures adopted in the design. The ECA shall be submitted for approval along with the Concept Design shall be updated as necessary as the design progresses, and the completed docu-ment submitted with the Final Design. Construction Phase: Commissioning Authority (CxA) - Building Commissioning to verify that the project's energy related systems are installed, calibrated, and perform according to the owner's project requirements, basis of design, and construction documents. AE services are to in-clude responsibilities associated with the role/requirements as the CxA for Enhanced Commissioning. AE services shall include commissioning of the entire building envelope. Review of contractor submitted LEED implementation plan, LEED-Online Construction credit templates, and project workbook per USACE specifications. LEED Registration & Certification Processes: AE services to coordinate with US Army Corps of Engineers and end-user to register the Project with the US Green Building Council (USGBC). Format will be LEED 2009 or future updated versions, i.e. LEED 2012. AE to manage the LEED documentation process: LEED Online - Establish a project team which will manage the project details, complete and review documentation requirements for LEED prerequisites and credits, upload the supporting files, review contractor submit-tals and online documentation, submit applications for Green Building Certification Insti-tute (GBCI) review for compliance against the LEED rating system submittal checklist. AE services to track submittal documentation paths and credit applications. Should a credit interpretation request (CIR) is required; AE shall review and submit the necessary materials as requested for approval. Review and Certification: AE to ensure that the project satisfies all prerequisites and credits worth the minimum number of points to warrant the desired project LEED rating for New Construction (NC). Post Occupancy: A.Revisions to master site plan (updating cycle) every 2 to 5 years. B.Oversee the building systems performance verification. Process, review, and in-terpret results. C.Measurement and Verification Plan for the ongoing accountability of building en-ergy consumption over time (1 year of post-construction occupancy). D.Project team shall work with the installation groundskeepers to create an ongoing maintenance plan for permanent erosion control measures, vegetation mainte-nance, and pedestrian and vehicle access paths. E.When required, designers shall develop a Landscape Management Plan - desig-nate species with relatively low water, fertilizer, and maintenance requirements. Operations and maintenance issues shall also be considered with regards to main-taining the high reflectivity surface materials, open grid paving systems and natu-ral shading measures that were anticipated in the design process. F.Establish procedures for preferred parking designations and staff communication, i.e. list of qualifying vehicles. G.Post-Occupancy Evaluations should include: - Surveys of building occupants - Observations and/or interviews with building users - AE to verify the systems performance in terms of energy and/or water consump-tion - Physical measurements (temperature, humidity, acoustical, lighting, day lighting) O & M Phase: A.Retro-Commissioning services /Energy surveys. Projects designed under this contract may require design team members to obtain security clearance as well as having physical security measures in place before firm can do the work. Security clearances are not required at the time of selection or award of contract. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (e) are primary selection criteria. Criteria (f) through (h) are secondary selection criteria and will only be used as deciding factors among technically equal firms. Primary Selection criteria: The firm is required to have the following specific design capabilities: a. Specialized experience and technical competence in: 1. Demonstrate ability to prepare Army Master Planning documents, construction bid documents, concept designs, final designs, design charrettes, design work involving site investigation, design reports, surveys, wetland delineation and mitigation (if required), preparation of permit applications (and obtain permits), preparation of contract drawings, technical specifications, design analysis similar to the categories listed in paragraph 2. Project Information. Projects completed before December 2005 will not be considered. 2. Demonstrated experience with the following projects: LEED certified projects sustain-able enhancements and innovative technologies that could be used to exceed the standard basis of design in an effort to achieve a fully sustainable project. (i.e. Net-Zero ) 3. Demonstrated experience with preparation of cost estimates in the latest version of M-CACES (MII Software) and PACES. In the event that the firm does not have experience in MII software and/or PACES, it shall demonstrate cost estimating procedures. AE must be able to conduct a Life Cycle Cost Analysis (LCCA) determination where applicable to the project. 4. Demonstrated experience in retro commissioning and enhanced commissioning. b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or subcontractors/consultants with a professional staff consisting of the following disciplines: (1) Project Manager (Licensed) (2) LEED AP Manager (Accredited) (3) Quality Assurance Manager (QA/QC Plan) (4) Architecture (Licensed) (5) Civil Engineering (Licensed) (6) Mechanical Engineering (Licensed) (7) Commission Authority CxA (Certified) (8) Electrical Engineering (Licensed) (9) Fire Protection Engineer (*Licensed) (9) Cost Engineering (10) Geotechnical Engineering (Licensed) (11) Historical Architect *Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01 as of the posted date off this announcement 5. The evaluation will consider education, registration, and training and overall and rele-vant experienced using information from Section E of the SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. 6. The evaluators will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules as determined by ACASS and other sources. d. Capacity to accomplish the work within the required time. The evaluation will consider the availability of an adequate number of personnel in key disciplines for this project based on performing multiple delivery orders simultaneously. e. Knowledge of the locality and location of the firm or office within the general New York / New Jersey geographical area, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographic area. Secondary Selection Criteria: 1. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, service-disabled veteran owned small business and woman-owned small business in the proposed contract team, measured as a percentage of the total estimated contract effort as indicated as follows: Small Business (including ANCs and Indian Tribes) 70%, Small Disadvantaged Business (including ANCs and Indian Tribes) 6.2%, Women-Owned Small Business 7.0%, HubZone Small Business 9.8%, Veteran-Owned Small Business3.0%, Service Disabled Veteran Owned Business 0.9%. 2. Geographic proximity in relation to proposed work. 3. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, and service disabled veteran owned small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions. Firms that have not had prior DoD con-tracts will also be considered. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub consultants information. The SF 330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6 The forms can be downloaded into a.pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330. Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to 90 pages. Section E is lim-ited to 40 pages. Each page shall be numbered. Section dividers don't count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the New York District USACE website: http://www.nan.usace.army.mil Click Business Opportunities then Advertised Solicita-tions. Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation. For information visit the CCR website at: http://www.bpn.gov/CCRINQ/scripts/search.asp. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at: http://orca.bpn.gov. NAICS Code is 541330 - Engineering Services Submit three (3) completed SF330s to: Attn: Stephen DiBari, P.E. CENAN EN-M, Room No. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY 10278 Submittals will not be accepted after 14 May 2012 at 2:00PM EST. Facsimile transmis-sions of the SF330 will not be accepted. Due to heightened security measures around 26 Federal Plaza, please be prepared to leave ample time to gain entry into the building. Point of Contact: Peter Poruczynski, 917-790-8317 US Army Corps of Engineers 26 Federal Plaza, Room 2037 New York, NY 10278-0090
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-AE-0003/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02721264-W 20120414/120413000256-8322d0b0b383a7c4df2d3630ba876c74 (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.