Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
MODIFICATION

C -- Indefinite Deliver Contract (IDC) for Architect-Engineer (A-E) Services National Geospatial-Intelligence Agency (NGA) Next NGA West (N2W) Program St. Louis, MO

Notice Date
4/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ15R4004
 
Response Due
4/23/2015
 
Archive Date
5/31/2015
 
Point of Contact
Lacy Kay, 8163893509
 
E-Mail Address
USACE District, Kansas City
(lacy.kay@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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. Contracting Office Address US Army Engineer District, Kansas City, ATTN: CECT-NWK-M, 601 East 12th Street, Kansas City, MO 64106-2896 Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. The selection will be based on demonstrated competence and qualifications for the required work. The AE contract is required to support the planning, design, construction and operation of a replacement campus for the National Geospatial Intelligence Agency's (NGA) 2nd Street St. Louis facilities known as the Next NGA West (N2W). One indefinite delivery contract (IDC) will be negotiated and awarded, with a base ordering period of five years and one option for two additional years. The total value of all task orders issued under this contract will not exceed $100,000,000. There is no limit on the value of individual task orders. Work will be issued by negotiated firm-fixed-price task orders. Award of the contract is anticipated in mid to late FY15. The North American Industrial Classification System (NAICS) codes for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000.00 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District which will be considered in negotiation of this contract are: (1) at least 30% of a contractor's intended subcontract amount be placed with small businesses (SB) (which includes all categories of small businesses); (2) at least 3% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 5% of a contractor's intended subcontract amount be placed with women owned small businesses (WOSB); (4) at least 0.25% of a contractor's intended subcontract amount be placed with HUBZone small businesses; (5) at least 2% of a contractor's intended subcontract amount be placed with Veteran Owned small businesses; and (6) at least 3% of a contractor's intended subcontract amount be placed with Service Disabled Veteran Owned Small Businesses. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. Service wage rates will be determined relative to the employee's office location rather than the location of work. The period of performance for the IDC will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period. The period of performance for task orders awarded under the IDC will be determined based upon the work requirement (not to exceed five (5) years) and will be included in the task order solicitations and negotiated task order award documents. To be eligible for contract award, a firm must have a D-U-N-S number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS- 100 report. Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNs number. 2. PROJECT INFORMATION. Firms must be capable of performing work to support the planning, design, construction and operation of facilities for the National Geospatial Intelligence Agency in the St. Louis Area. This work will include a replacement campus for the 2nd Street facilities known as the Next NGA West (N2W) program, and could include task orders related to disposition of the 2nd Street facility. The project is tentatively planned for construction to occur in the FY18 through FY22 timeframe. Programming efforts under this AE contract are expected to begin late FY15, with design commencing in FY16. The site has not been selected but will be in Missouri or Illinois. The campus complex would consist of the following facilities/improvements: a. Secure Analytics Facility (SCIF) (approx 800,000 sf) b. Central Utilities Plant (approx 40,000 sf) c. Structured Parking (approx 1,000,000 sf) d. Visitor Control Center (VCC) (approx 7,300 sf) e. Remote Vehicle/Truck Inspection Facility (approx 6,500 sf) f. Associated Site improvements (roads, utilities, landscaping, etc) g. AE design support for Installation of furniture, fixtures and equipment (FF&E), initial outfitting and transition (IO&T), and Installation of Secure Mission Production Equipment. The facility will provide an open flexible work environment that is scalable, reconfigurable, and adaptive to changing mission requirements and the associated changes in workflow and data sharing methodologies. The acquisition strategy for the associated construction contract(s) for the N2W program has not been finalized. However, strategies which offer maximum opportunity for early collaboration between the construction contractor and the design team are anticipated, and will require the selected AE firm to produce 100% plans and specifications under one or more task orders. This contract also could be used to produce design-build bridging documents for some of the ancillary N2W facilities. When this contract is used in the development of bridging and related documents for use in a design-build selection (FAR 36.302), the Architect-Engineer and supporting consulting firms shall be prohibited from competition in any design-build solicitation in accordance with FAR 9.505-2 (Preparing Specifications or Work Statements) and FAR 36.209 (Construction Contracts with Architect-Engineer Firms). The work may include the preparation of special reports, planning and design charrettes, studies, development of design criteria for performance contracts, and design of construction as needed. The task orders may include design work involving site investigation, geotechnical reports, topographic surveys, preparation of contract drawings, technical specifications, design analyses, life cycle cost analyses, and computer aided cost estimating. Electronic security system design, anti-terrorism/force protection design, progressive collapse, blast modeling and analysis and network engineering will be required. Innovative office design and sustainable strategies will be required. Net Zero is a desired target and if not currently attainable, design shall include provisions for future attainability. Resiliency and reliability are both important issues. Basic and enhanced commissioning, as well as acting as the commissioning agent, may also be required. Construction phase services, including shop drawing review, design during construction, site visits, etc., could be included in task orders. Building Information Modeling (BIM) technologies, CADD and GIS deliverables will also be required. Deliverables in Microstation or AutoCAD format will be required. In addition to CADD, the use of the latest BIM will be required. The BIM must be compliant with the latest version of the Industry Foundation Classes (IFC) as established by the International Alliance for Interoperability (IAI). Specific needs will be determined based upon project requirements as described in each task order. Project assignments will typically require performance in an office setting and on-site. Some task orders would receive, process, and store classified information at the SECRET level. For those task orders, AE firms are required to employ staff with a SECRET clearance or capable of obtaining a SECRET clearance, qualified to perform the anticipated project work as well as access to a Defense Security System (DSS) certified computer system. Additionally, some tasks may require a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance. 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-e are primary and will be evaluated for all offerors. Criteria f-h are secondary and will only be used as tie-breakers among firms that are essentially technically equal. a. Specialized experience and technical competence in: (1) Design of new or major renovation of highly complex mission critical computer and data facilities with highly reliable, redundant support systems similar in scope to the NGA campus described above. Experience shall include use of innovative office design (including furniture, fixtures and equipment) for a fully integrated, self- contained corporate campus. The basis of the evaluation will be the information in Section F of the SF 330. (2) Network and Security Engineering. Experience with the design and integration of extensive, robust, internal communication networks (wired, wireless, unclassified, and classified) into building systems architecture, highly complex and innovative audio-visual and graphic display. Experience in the design of sensitive compartmented information facilities. Experience with all forms of electronic security (card readers, cameras, etc). Experience in design of Department of Defense anti- terrorism/force protection (AT/FP) design criteria and construction standards to include blast analysis. More recent network and security engineering experience will be rated higher. The basis for the evaluation will be the information in Section F of the SF 330. (3) Experience in sustainable design employing the LEED evaluation and certification methods, ASHRAE 189.1 and/or Net Zero and application of latest sustainability and energy technologies, such as tri-generation, solar, wind, chilled beams, etc. Design for support of enhanced commissioning and leading enhanced commissioning efforts will also be evaluated. The basis of the evaluation will be the information in Section F of the SF 330. (4) Experience working on projects requiring secret or TS/SCI clearance. The basis of the evaluation will be the information in Section F of the SF 330. (5) Quality management. The evaluation will consider quality control coordination between disciplines and subcontractors and quality control procedures (type and timing of reviews). The effectiveness of the proposed project team (including management structure, coordination of disciplines, offices and/or subcontractors; and prior working relationships) will be considered within quality management. The basis of the evaluation will be the description of the firm's quality management procedures in Section H of the SF 330. A detailed quality control plan is not required with this submission but will be required subsequent to award of the contract. (6) Experience working in a collaborative environment with other contractors supporting project requirements, goals and objectives. This should include the ability to work directly with a construction contractor in a preconstruction and construction environment to meet project goals including design performance, life cycle cost, and initial construction cost and construction schedule. It is anticipated that the Government will have other contracts supporting project requirements including but not limited to Information Technology (IT) systems, Security Managements Systems (SMS), relocation planning, deployment and office moving. The firm selected for this contract should have considerable experience and ability to work in a collaborative environment with all other contractors involved in the support of the project as well as overarching program and mission objectives.The basis for the evaluation will be the information in Section F of the SF 330. b. Professional Qualifications Responding firms should demonstrate the professional qualifications in these key disciplines (in no particular order of importance): 1) project management 2) network engineering 3) architecture 4) mechanical 5) electrical 6) fire protection 7) structural 8) civil 9) physical security 10) electronic security 11) cost estimating 12) land surveying 13) geotechnical engineering 14) building commissioning 15) interior design 16) landscape architecture The basis of evaluation will be information provided in section E of the SF 330. The SF 330 shall include a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. The education, professional registration, certifications, overall and relevant experience, longevity with the firm will be considered. Experience on similar projects will have greater importance. The lead designer for each discipline shall be registered as required by FAR 36.609-4 and 52.236-25, but does not have to be registered in the particular state where the project is located. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. c. Past Performance Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Architect-Engineer Contract Administration Support System (ACASS) merged into a single application under the Contractor Performance Assessment Reports System (CPARS). CPARS is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors who have previously been prime A-E contractors may also be considered. The board will consider the relevancy of each performance evaluation on AE services contracts to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. In addition to CPARS, the board may seek information on past performance from other sources. In particular, the board may evaluate the responding firm's past performance working in a collaborative environment with other contractors. Each project in Section F of the SF 330 shall include contact information for the owner and the construction contractor. A firm that has earned excellent evaluations and/or positive feedback on recent DoD and other contracts for similar size, scope, and complexity of projects will be given additional consideration. d. Knowledge of the locality Knowledge of local conditions within Missouri and Illinois, specifically regarding: (1) climatic conditions (key disciplines: architect, mechanical, civil); (2) local construction methods, including geotechnical and seismic considerations (key disciplines: architect, structural, geotechnical, civil) and (3) local construction climate impact on cost estimating (estimator). One rating will be determined for each of the three conditions. Within each condition, appropriate experience must be shown in each discipline to be counted. Experience in the greater St. Louis area will have greater importance. Evaluation will look at the specific experience of the proposed team as stated in Section E of the SF 330. e. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: architect; mechanical; electrical; civil; structural. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form for each firm that is part of the proposed team. Secondary Selection Criteria. The following secondary criteria will only be used as a tie-breaker among firms that are essentially technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criteria are listed in descending order of importance. f. Geographic Proximity. Responding firms should identify any offices operated in close proximity to the St. Louis metropolitan area and the contribution these office(s) will make in support of the project. g. SB Participation. Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUBZone small businesses, Veteran Owned small businesses, Service Disabled Veteran Owned Small Businesses, historically black colleges and universities (HBCU), and minority institutions ( MI) will be measured as a percentage of the total anticipated contract effort. The greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. The basis of the evaluation will be information submitted in Section H of the SF 330. h. Volume of DoD A-E Contract Awards in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms. 4. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one original and six copies of the SF 330 and one electronic copy in pdf format to the address listed below no later than 3:00 PM Kansas City time on 23 April, 2015. Copies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF 330. Only one SF 330 Part I for the team as a whole shall be included. Include the firm's DUNS and CPARS (ACASS) numbers in SF 330, Part I, Section B, Block 4. A maximum of ten projects for the proposed team (including joint ventures and teaming partners) shall be shown in section F. For the ten (10) projects submitted in Section F of the SF 330, a quote mark project quote mark is defined as work performed at one site or a single installation. An IDC contract is not a project. If the offeror provides a specific task order as its quote mark project, quote mark it shall provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as its quote mark project, quote mark it shall provide the contract number for reference purposes. Project descriptions shall clearly state extent of work performed by the team, extent of design completed (for instance, preparation of design-build package; 100% design; etc.), and dates of completion for design and construction. Projects (or phases of projects) with construction completed before Jan 2009 will not be considered. Projects (or phases of projects) for which design is not complete will not be considered. Interviews will be held with the most highly qualified firms. Interviews will be conducted face-to-face in Kansas City, MO after determination of the most highly qualified firms. The SF 330 shall have a total page limitation of 150 printed pages with Section H limited to twenty (20) pages; each project in Section F shall be limited to three (3) pages; Part II is excluded from the 150 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages. Tabs do not count against the page count limit. For all SF 330 sections, use no smaller than 11 pt. font. Solicitation packages are not provided. In SF 330, Section F, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C shall be so labeled. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CECT-NWK-M (Jay Denker) 647 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 5. QUESTIONS. Questions should be addressed to Jay Denker via e-mail at jay.b.denker@usace.army.mil. Questions may be submitted through PROJNET Bidder Inquiry at https://www.projnet.org - using key 62P48V-KUDD65.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ15R4004/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN03685881-W 20150403/150401235146-6f94bfa66d0d82e539ecef3e59eecdcb (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.