Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

C -- MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR PROJECTS IN THE

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-14-R-0021
 
Response Due
10/2/2014
 
Archive Date
11/1/2014
 
Point of Contact
Linda Evans, Phone: 4109623710
 
E-Mail Address
linda.evans@usace.army.mil
(linda.evans@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) CONTRACT INFORMATION: In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U. S. Army Corps Engineers Acquisition Instruction (UAI) 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of four (4) $15M, five-year, Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contracts (MATOC) for Architect-Engineer (A/E) services. These contracts will be used for projects within USACE's North Atlantic Division's geographic area of responsibility. Firms will be selected for negotiation based on demonstrated competence and qualifications for required work. See below for general information on the A/E selection process. The awards will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services, with a small business size standard of $15M in average receipts. This announcement is unrestricted; therefore, open to all businesses regardless of size. If selected for negotiation, large businesses will be required to submit subcontracting plans that addresses small business utilization and provides maximum practicable opportunities to Small Business, Veteran-Owned, Service-Disabled Veteran-Owned, Historically Underutilized Business Zones, Small Disadvantaged, and Women-owned small businesses. If USACE finds a prospective contractor to be non-compliant with their subcontracting plans on previous contracts, the contractor may not be eligible for award under this synopsis. Small businesses are not required to submit subcontracting plans as part of their response. USACE will consider a subcontracting plan with realistic and achievable small business utilization goals. All subcontracting goals will be monitored through the Electronic Subcontracting Reporting System (ESRS). The plan is not required with this submittal, but will be required with the fee proposal of the large firm if selected. Task Orders awarded under the MATOC will comply with FAR 16.505 ordering procedures which will include fair opportunity based on qualification criteria (Ref AFARS 5116.505-90). To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Funding will be provided on a Task Order basis with a $6,000 minimum guarantee for each contract awarded. The maximum on a Task Order basis is $5,000,000.00. Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1. (2) PROJECT INFORMATION: The work may consist of comprehensive A/E services for new construction or renovation projects to include but not limited to: preparation of full plans and specifications, preparation of design build requests for proposal, construction cost estimating, site investigations, analysis, planning, master planning, National Environmental Policy Act (NEPA) documentation, programming (1391), topographic and utility surveys, geotechnical investigations, permitting, charrettes, hazardous material investigations, Building Information Modeling (BIM), energy modeling, and the preparation of reports, studies, design criteria/ design analysis documents, Leadership in Energy and Environmental Design (LEED) documentation, value engineering, presentations, coordination with various government agencies and commissions, and other general A/E services. The work may also include providing construction phase and other support services including, but not limited to shop drawing reviews, site visits, technical assistance, LEED documentation during construction, on-site representation, preparation of operation and maintenance manuals, and commissioning/start-up/fit-up design support. Primary projects may include but are not limited to new construction, alterations, renovations, maintenance and repair, tenant fit-up and operations, administration and training facilities, vehicle and pedestrian access control points, paving, utilities and infrastructure, warehouses, community support facilities; data/information management and electronic communications facilities; military testing facilities; troop housing, hospitals and medical treatment facilities; recreational and physical fitness facilities; child development facilities and medical and non-medical laboratories and research facilities for military, civil, and other, non-military government agencies. Other projects may also include ecosystem restoration, acid mine drainage, coastal investigation and replenishment, flood damage reduction projects, navigation, coastal, and ecosystem restoration projects, inspections and rehabilitation designs of infrastructure and large hydraulic assets, design and modeling associated with ecosystem restoration projects, numerical modeling, dam and levee certification, hydrographic and bathymetric surveys, side scan sonar, remote sensing, geodetic, cadastral, aerial, beach profile surveying and cost estimating. The firm shall also have experience in storm water management, coastal and estuarine processes, wetlands hydrology/hydraulics, sediment and erosion control, and National Pollutant Discharge Elimination system (NPDES) permitting (including obtaining all necessary state permits, etc.). The IDIQ(s) will be used to support predominantly Military projects during design and construction. Offerors are encouraged to reflect this in their submittal. Each task order will have its own schedule based on the complexity of the applicable project. Task Orders will be evaluated based on level of effort for the scope of services developed for individual projects. Individual Task Orders will be issued during the ordering period of the IDIQs and may extend beyond the five year IDIQ ordering period. (3) SELECTION CRITERIA: The offeror must demonstrate its qualifications with respect to the published evaluation criteria for all services. The A/E must demonstrate its and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. Selection of the most highly qualified firms for negotiations shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include, primarily (1) specialized experience and technical competence; (2) professional qualifications; (3) past performance; (4) capacity; (5) knowledge of the locality; and (6) any other special qualifications required by the contracting activity; and secondarily may include (1) small business participation plan; (2) geographic proximity. In addition to the above qualifications, special qualifications in the Department of Defense (DoD) include the volume of work previously awarded to the firm by the DoD, with the object of effecting an equitable distribution of DoD A/E contracts among qualified A/E firms including all small business socio-economic categories, and firms that have not had prior DoD contracts. The small business participation plan, as a secondary criterion, will not be applied by a pre-selection board, and will only be used by a selection board as a quote mark tie-breaker quote mark if necessary, in ranking the most highly qualified firms. The A/E selection procedures will be in accordance with FAR 36.6 A/E Services, DFARS 236.6, EP 715-1-7, PARC and local guidance. Interviews will be conducted for A/E firms identified by Selection Board and will be conducted in Baltimore, MD. Factor 1 - Specialized Experience And Technical Competence: The firm must demonstrate specialized experience and technical competence in the following types of projects and/or work products which are listed in descending order of importance: (1) Design of new construction projects of various types and sizes; (2) Design for the renovation of existing facilities of various types and sizes; (3) Preparation of design build request for proposals; (4) Preparation of project programming documents such as master planning studies, DD Forms 1391, and experience in conducting both planning and design charrettes; (5) Experience with handling multiple task orders simultaneously; (6) Experience of the prime firm and significant subcontractors in working together; (7) Application of cost control through appropriate design and construction techniques on projects to assure projects remain within budget (cost estimating and MII); (8) Analysis and implementation of anti-terrorism and force protection (ATFP) requirements; (9) Obtaining of all necessary Federal, State or local jurisdiction permits; (10) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (11) Analysis, documentation, and implementation of LEED criteria and Energy modeling; (12) Experience in the use of BIM; (13) Topographic and bathymetric surveys, soil surveys, and subsurface exploration including associated testing; (14) Coordination, submissions and presentations to the State Historic Preservation Offices, National Capital Planning Commission, and the Commission of Fine Arts; (15) Asbestos and lead paint surveys and testing services; (16) Proficiency with numerical modeling of coastal processes to include Generalized Model for Simulating Shoreline Change (GENESIS), Storm-induced Beach Change Model (SBEACH) and other Corps approved models. Firms shall provide projects demonstrating their experience in the types of projects and products as described in (2) Project Information and show specialized experience of the proposed team in provision of the services noted above. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. If the Offeror is a joint venture (JV), relevant project experience should be submitted for the joint venture if shared experience is available; if no shared experience is available, offers may submit projects performed by either joint venture partner. Factor 2 - Professional Qualifications of the Individual Design Team Members: Professional Qualifications: Offerors will be evaluated on professional qualifications and competence of the proposed key personnel to provide services to accomplish the work required under this contract. The firm must have registered and licensed personnel, either in-house or through consultants, in the following list of key disciplines: Project manager, architect, landscape architect, interior designer, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, quality assurance/quality control, planner, communications and related systems engineer, security engineer, environmental engineer, geotechnical engineer, cost estimator, building commissioning expert, land surveyor, survey crew, construction manager, coastal engineer, and certified industrial hygienist. The fire protection engineer shall be a registered fire protection engineer, have a minimum of five years experience dedicated to fire protection engineering, and have a degree in Fire Protection Engineering from an accredited university. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. Factor 3 - Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from Contractor Performance Assessment Rating System (CPARS) and other sources such as past performance questionnaires. Offerors will be evaluated based on past performance with Government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. The evaluation of past performance will be based on information provided through CPARS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. Factor 4 - Capacity: Firms must demonstrate their ability to meet schedule, scope and budget of multiple projects simultaneously for an IDIQ by providing appropriate teams or crews to perform those tasks such as surveying, data collection and design effort. Factor 5 - Knowledge of the Locality: Firms must demonstrate specific knowledge of USACE NAD Area of Responsibility (AOR) and the USACE Baltimore District local conditions or project site features such as geological features, climatic conditions, local construction methods, agency coordination and local laws and regulations. Factor 6 - Special Qualifications Required by the Contracting Activity: Firms may provide additional information that will demonstrate their plan for quality control and program management, team organization, professional registration and organization chart, management's approach to engaging and fully integrating with consultants to assure that designs are in compliance with standards, codes, and construction practices and coordination of in-house disciplines and consultants, quality and cost control procedures, value engineering, and prior experience of the prime firm and any of their significant consultants on similar contracts as well as volume of work previously awarded to the firm by DOD within the past 12 months. Secondary factors will only be used as quote mark tie-breakers quote mark among firms that are essentially technically equal. Factor 1 - Small Business Participation Plan: Firms shall demonstrate the extent of their participation with small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Factor 2 - Geographic Proximity: Firms will be evaluated on their location with respect to the USACE NAD Area of Responsibility (AOR) and the USACE Baltimore District. (4) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit four (4) hard copies and two (2) electronic copies on CD of the SF 330, (Part I, Part II) for prime and all consultants and four (4) hard copies and two (2) electronic copies on CD of the Small Business Participation Plan no later than 1:00 PM, 20 October 2014. The SF330 and the Small Business Participation Plan shall each be submitted as separate files using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. The SF330 Part 1 shall not exceed 125 pages (8.5 quote mark x 11 quote mark. Each printed side of a page will count as a page. Solicitation packages are not provided and no additional project information will be given to firms during this announcement period. This is not a request for proposal. Point of Contact Linda M. Evans at (410) 962-3710, linda.evans@usace.army.mil U. S. Army Corps of Engineers, Baltimore District, 10 South Howard Street, Baltimore, Maryland 21201 Place of Performance N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-R-0021/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN03535633-W 20141001/140930022330-761f1b4864ec6b6e53c04137e4d16148 (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.