Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
AWARD

C -- Indefinite Delivery Contracts for A-E Services, Nation-Wide Small Business

Notice Date
3/3/2015
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-14-R-0071X
 
Archive Date
4/2/2015
 
Point of Contact
Julianne Bowersock, 817-886-1090
 
E-Mail Address
USACE District, Fort Worth
(julianne.l.bowersock@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W9126G-15-D-0002
 
Award Date
3/2/2015
 
Awardee
EJES INC (007334761) <br> 12655 N CENTRAL EXPY STE 550 <br> DALLAS, TX 75243
 
Award Amount
$2,500.00
 
Line Number
1
 
Description
1. CONTRACT INFORMATION: a. General. This nation-wide A-E Services contract is being procured in accordance with the Brooks Act (Public Law [P.L.] - 92-582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for Small Business firms. The contract is anticipated to be awarded on or about April 2015. Solicitation period at minimum will be 30 calendar days from the posting date. It is anticipated that two contracts will be awarded from this announcement for an estimated $35,000,000 for each contract and will have a 1-year base period and four 1-year option periods. A Minimum Guarantee amount of $2,500 will apply to the Base Period only. The contract awarded under this announcement will be administered by the Fort Worth District and the Fort Worth District may elect to transfer capacity to other USACE Districts in support of the Department of Homeland Security, as well as military, civil works, and International and Interagency Support (IIS) Customers. North American Industrial Classification System code is 541330, which has standard size of $15Million. Projects are anticipated to be Nationwide, in support of the Department of Homeland Security and the Fort Worth District, Southwestern Division, U.S. Army Corps of Engineers. However, Task Orders under the resultant IDC may be awarded for projects anywhere in the U.S. or its territories or possessions. b. Contract Award Procedure: To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instruction on registering with the SAM, please see the SAM Web site at https://www.sam.gov/. NO STATE-LEVEL certifications shall be accepted. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. c. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. 2. PROJECT INFORMATION: A-E Services are expected for but not limited to facilities and infrastructure engineering, design and construction projects for the agencies under Department of Homeland Security (e.g. Border Patrol Stations, Highway Checkpoints, Detention facilities, administration facilities, Vehicle Maintenance Facilities, Drug Seizure Vault, Communication towers, Forward Operating Bases, roads and lighting, border fence and gates, hangers). A-E Services are expected for primarily engineering and design services to include but not be limited to any or all of the following related services: Program and Project Management; Development of Request for Proposal (RFP) packages; multi-disciplined design support and consultant services; scoping, design, drafting, and planning services for new construction and/or renovation, demolition and alterations of existing facilities; construction programming; construction cost estimating; topographic or boundary surveys; on site construction oversight; various engineering studies and site investigations; facility condition assessments using the BUILDER Sustainment Management System; ASHRAE Level I, II & III Energy Audits; value engineering services; subsurface geotechnical investigation and testing. Environmental studies/surveys and abatement design may also be required. Services also may include, but not be limited to any or all of the following: research analysis; pre-design site-assessment; feasibility and concept studies; interior design; space planning and programming; development of design concepts/standards; value engineering; life cycle cost analysis; and post award shop drawing review. Additional services include but not limited to: construction inspection; preparation of record drawings; soils engineering; preparation of operational maintenance manuals; environmental studies; National Historic Preservation Act analysis and documentation; historic and cultural resource studies - site identification surveys; design review; seismic analysis; design construction cost reconciliation; environmental testing; site evaluation; remediation design; state regulator or EPA compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead, and radon; design security and communications systems; designing fire protection and life safety systems; and other technical services related to project requirements as specified in individual contract Task Orders. Other Studies and Related Services: The A-E shall have knowledge and experience of spatial concepts and state-of-the art Geographic Information System (GIS) and the performance of complex spatial data management and analyses. A-E must be capable of the acquisition, storage, retrieval, analysis, manipulation, dissemination, display and management of geospatial data using a desktop based platform; developing, managing, and manipulating digital data bases; developing and executing customized software applications; developing and executing computer modeling/simulations depicting end-state conditions; preparing maps and graphics; CADD conversion; CADD/GIS interoperability; developing, implementing and maintaining enterprise GIS systems; designing, implementing, and maintaining web pages and portals meeting DoD regulations; Federal Geographic Data Committee (FGDC) metadata standards compliance; SDSFIE (Spatial Data Standard) and AEC (Architectural Engineering CADD Standard) compliance; and on-site geospatial management. Other services included such things as planning services, site selection services, relocation services, document processing, testing services, professional experts at hearings, and photographs. Design considerations may include landscaping, architectural hardware, architectural evaluations, electronic and communications systems, force protection, environmental or EPA regulatory considerations including storm water pollution prevention plans and Section 404 Permit considerations. NEPA compliance includes but not be limited to preparing Environmental Impact Statement (EIS). Project deliverables may include engineering studies, environmental surveys (wetlands/waters of the U.S., asbestos, lead based paint, soil, etc.),soil borings/samples for testing, boring logs, CADD produced plans specifications prepared utilizing Specsintact software (government furnished software) using Unified Facilities Guide Specifications, construction cost estimates prepared utilizing MII (government furnished software)(MII cost estimating software will be provided by the Government with data base information purchased by the A-E), and design analysis. All work must be done by or under the direct supervision of licensed professional engineers or registered architects. The selected small business A-E firms will need to demonstrate capability to perform at least 50 percent of the contract work listed below in accordance with EP 715-1, Chapter 3-8c which can be found at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerPamphlets/EP_715-1-7.pdf. In particular, in order to be awarded a small business contract the A-E firm will perform at least 50 percent of the cost of the contract incurred from personnel with its own employees. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a)-(d) are primary criteria; item (e) is the secondary criteria and will only be used as tie-breakers among technically equal firms. (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330). The contractor must demonstrate expertise in the following: (i) Recent experience (within the past 5 years) and performing work on a wide variety of sites located within the United States, its territories and possessions in a manner that complies with Federal, State, and Local laws and regulations. Demonstrate a minimum of three (3) examples within the past 5 years showing specialized experience and technical competence in the design of Government facilities with over One Million dollars ($1,000,000) construction costs. (ii) Demonstrate the capability to design projects incorporating the latest DoD Force Protection/Anti-Terrorism criteria (including any additional service requirements by the Department of Homeland Security), IBC and UFC codes, and LEED certification criteria. (iii) Demonstrate experience completing facility condition assessments using the BUILDER Sustainment Management System and ASHRAE Level I, II & III Energy Audits. (iv) Demonstrate specialized experience in the design of Department of Homeland Security and Border Patrol facilities or comparable non-government facilities. Specialized experience in the design of Government and DOD facilities will also be considered. (v) Firms must demonstrate experience in evaluating contractor's submittals and performing construction surveillance. (vi) Firms must demonstrate experience in design and survey for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances. A HTRW survey team member must have demonstrated experience in use of a suitable X-ray fluorescence device during on-site surveys for lead-based paint and have access to same. (vii) Firms must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (viii) Firms must demonstrate the ability to prepare construction cost estimates using the program MII, latest version. (ix) Firms must demonstrate prior experience in use of Government-furnished Specsintact software in preparing project specifications. (x) Firms must demonstrate the ability to submit drawings in AutoCAD, Revit and Bently Microstation utilizing current versions. (xi) Firms must demonstrate the following expertise: a) using ArcGIS and/or Web services and associated extensions; b) building and maintaining multi-user geo-database in SQL and/or Oracle; c) executing ArcGIS Server Enterprise for Oracle and SQL server; d) developing and implementing geoprocessing scripts suing Python, Java, VB, Secure Socket Laser, VB.NET, C#(2005), Visual Basic, and AML; e) developing, implementing, and maintaining web-pages and web portals; f) CADD conversion and CADD/GIS interoperatability; g) operating map survey-grade GPS unit; h) the ability to provide on-site GIS support; i) Building information modeling (BIM). (b) Professional Qualifications: This Indefinite Delivery Contract will require the A-E Contractor to demonstrate that all expertise requirements are reflected on key personnel resumes in section E, Part I, SF330. None of the required personnel can be dual disciplined (except that the Life Safety Specialist can be one of the required registered Architects if qualified) and the Certified Energy Manager can be one of the Mechanical or Electrical Engineers, i.e. a separate employee must be on the Design Team except as noted for each stated requirement above to meet the personnel required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. Evaluation of each discipline will consider education, registration, relevant project experience within the last five years, and longevity with the firm. Resumes for the survey crew and testing lab are not required. Resumes for the asbestos/lead-based paint survey personnel are required. Repeat Resume Page as needed to provide all required resumes. Following is a list of the key personnel, minimum requirements and the minimum number required under the acquisition: (i)Two Project Managers; minimum of five years of experience on DoD projects and PMP Certification is highly desired; (ii)Three Registered Architects, one Registered Landscape Architect, one Registered Interior Designer, Three licensed Electrical Engineers, Three licensed Mechanical Engineers, One licensed Geotech Engineer, One Foundation Engineer, One AEE Certified Energy Manager, Three licensed Civil Engineers, Two Environmental Engineers, Two licensed Structural Engineers - with degree from an accredited university engineering program (ABET, NAAB), plus a minimum of 5 years work experience in their field of expertise for all positions listed in this paragraph; (iii)One GIS Analyst, One Geographic Data Processor, One Database Manager, One Web Programmer, One Web Administrator, One System Administrator, One Application Programmer - minimum of five years of experience in related field and certification is highly desired for all positions listed in this paragraph; (iv)One Qualified Fire Protection Engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; 2) A licensed Professional Engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES); or 3) A registered professional P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), (v)One Life Safety Specialist, Two certified environmental survey personnel (asbestos, lead-based paint, soil, etc.), Two environmental design personnel (asbestos, lead-based paint, soil, etc.) - minimum of five years of experience in the field of expertise for all positions listed in this paragraph; (vi)One certified Value Engineer, One experienced MII Cost Engineers, One Professional Land Surveyor and survey crew, a geologist or soils engineer; minimum of five years of experience in related field of expertise for all positions listed in this paragraph except the survey crew. (c) Past Performance: Past performance on DoD contracts with respect to compliance with contract and task order terms, quality of work, adherence to schedules, cost control, communication, and issue resolution as determined by ACASS and other sources. (d) Capacity: Firms must demonstrate adequate team capacity to perform three task orders concurrently, at three separate locations, not within the same state; firm's capacity is an important consideration because of the potential for unforeseen schedule changes. The following item (e) is the secondary criteria: (e)Volume of DoD contract awards: In Section H, Part I, SF 330, firms must show their past 12 months DoD contract awards stated in dollars (see details in a subsequent paragraph). Include awards to all branch offices. In your calculation, do not consider awards to overseas offices for projects outside the United States, its territories, and possessions. Do not consider awards to a subsidiary if the subsidiary is not normally subject to management decisions, bookkeeping, and policies of a holding or parent company. 4. SUBMITTAL REQUIREMENT: In an effort to reduce paperwork and cost, ALL SF 330s shall be submitted electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/safe/. At the AMRDEC SAFE website, select the link: For users without a CAC OR if your computer is not configured to read your CAC. Using this option will allow you to access the SAFE as a guest. When completing the information for transmittal at the AMRDEC SAFE website, notification should be submitted to Contract Specialist, Julianne Bowersock, e-mail address: Julianne.L.Bowersock@usace.army.mil. (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit an SF 330 (6/2004 Edition), to the site stated above not later than 2:00 P.M. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 2:00 P.M. the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the Prime, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using Standard English. Front and back side use of a single page will count as two (2) pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. SF330, Part I, ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section D, include a Team Project Organization Chart to indicate how each firm on the proposed team (prime and each sub-contractor is identified in Section C) integrates into the composite team; (c) In Section E, provide brief resumes of the on-staff or sub-consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3(b); (d) In Section F, a maximum of 10 projects including the prime and sub-consultants will be reviewed. Use no more than one page per project; (e) In Section G, Block 26, include the firm and location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable; (f) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities, clarify planned capability, existing capability and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3(e) above, provide an itemized summary of DoD contract awards to include Agency, Contract Number/Task Order No., and Project Title and amount. (Note: award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders.) Generally, provide a brief presentation of internal controls and procedures that demonstrate the firms overall Design Quality Management Plan (DQMP) which provides sufficient information about this plan that clearly explains the ability of the firm to control costs, schedule and quality of work to be submitted to the Government. (A project-specific detailed quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF330, PART II, ADDITIONAL INSTRUCTIONS (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 12 months) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II if the firm is a Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $14 million; (b) In Block No. 4, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1-866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Ms. Julianne Bowersock OFFERORS QUESTIONS AND COMMENTS (a) Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. (b) To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click to continue. (c) From this page you may view all bidder inquiries or add inquiry. Only one question will be allowed per inquiry. If multiple questions are included in a single inquiry, only the first question will be answered. All others will remain unanswered until entered in as single inquiries. (d) Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. (e) The Solicitation Number is: W9126G-14-R-0071. (f) The Bidder Inquiry Key is: 64NPS3-655VSN. (g) The Bidder Inquiry System will be closed to new inquiries seven (7) calendar days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. If the System is not closed in a timely manner, an inquiry posted within seven calendar days of the receipt of proposals will still be regarded as untimely and will not be afforded a substantive response. (h) Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. (i) The bidder call center operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 1-800-428-HELP (1-800-428-4357). (j) Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. This is not a request for proposal. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered you may e-mail Julianne.L.Bowersock@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/Awards/W9126G-15-D-0002.html)
 
Record
SN03657756-W 20150305/150303235413-50ba942b7387bafa5483d580148c8376 (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.