Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
MODIFICATION

C -- Architect/Engineer Services for One Indefinite Delivery/Indefinite Qunatity Contract Primarily for the Design of Air Force Reserve and Military Projects within the Great Lakes and Ohio River Division Mission Boundaries

Notice Date
1/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-16-R-0012
 
Archive Date
3/9/2016
 
Point of Contact
Michael D. Hutchens, Phone: 5023156180
 
E-Mail Address
michael.d.hutchens@usace.army.mil
(michael.d.hutchens@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to small businesses. The proposed services, which will be obtained by negotiated firm fixed price contracts, are for a variety of architect/engineer (A/E) services for various Air Force Reserve projects within the Great Lakes and Ohio River Division mission boundaries, which is nationwide. Projects outside the primary mission area of responsibility may be added at the government's discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The maximum cumulative contract value is $3,000,000. The contract period is for five years with no options. The estimated construction cost per project is approximately between $1,000,000 and $25,000,000. In some instances, projects larger than $25,000,000 may be part of this contract. The top ranked firm will be awarded the contract. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which contractor will be selected to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The selected A/E may be required to attend a partnering meeting to define the district's expectations of the A/E, create a positive working atmosphere, encourage open communications, and identify common goals. Significant emphasis will be placed on the A/E's quality and cost control procedures, as the district will perform the quality assurance role only. Estimated start date is March 2016. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $30,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for architect-engineer services. Antiterrorism/Operations Security: Firms working on installations will be subject to the following training: Suspicious Reporting Training-The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. For Contracts that Require OPSEC Training. Per AR 530-1, (Operations Security) contractor employees must complete Level I OPSEC Training within 30 calendar days of contract award. All new contractor employees will complete Level I OPSEC Training within 30 calendar days of their reporting for duty. Additionally, all contractor employees must complete annual OPSEC awareness training. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training. OPSEC awareness training is available at the following websites: https://www.iad.gov/ioss/ or http://www.cdse.edu/catalog/operations-security.html; or it can be provided by the RA OPSEC Officer in presentation form which will be documented via memorandum. All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. 2. PROJECT SPECIFIC INFORMATION: Projects may consist of A/E services for horizontal and vertical military and Air Force Reserve Command projects. A/E services may consist of complete designs; concept level designs; development of design/build or design/bid/build requests for proposal; BIM data development; site investigation of existing conditions; engineering services during construction; design of demolition/deconstruction; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various locations; and comprehensive planning that is related to future construction requirements on military installations. Comprehensive interior design services including furniture, fixtures, & equipment planning may also be required. This contract is primarily intended to carry out the design requirements of the Air Force Reserve Command (AFRC) construction program according to the AFRC Design Guide (https://www.wbdg.org/ccb/AF/AFDG/pmguide.pdf ) but may be used on any LRL mission. Other AFRC contracting activities, as mutually agree with USACE may execute task orders for AE services under IDIQ contracts. The installation KO must comply with the instructions of USACE KO regarding the negotiation, issuance and administration of task orders. The required project task orders under this IDIQ contract may include some or all of the following types of building structures: administration, education, assembly, storage, special training and other support spaces, aircraft maintenance hangers and airfield paving; stand-alone buildings (which include unheated storage & direct support/general support warehouses); and other Air Force Reserve and military facilities. Associated design effort may include: civil site design and paving; foam concentrate fire protection systems (e.g. high expansion foams, medium expansion foams); demolition and/or the renovation of existing facilities; environmental compliance; NEPA documentation associated with a design project; controlled waste and flammable storage; asbestos, lead and PCB surveys and/or abatement and utility investigations; energy conservation and the use of recovered materials. Other functions beyond traditional design may include: the development of full facility renovations, simplified design approaches, performance of engineering feasibility studies, site assessments, and DD Form 1391 development related to new AFRC projects and project sites; providing construction phase services (shop drawing review, site inspection, etc. for Air Force Reserve construction projects). Construction cost estimating will be accomplished using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software (software and database is available from the government for a nominal fee). Specifications must be electronically developed using Unified Facilities Guide Specifications, Louisville District Guide Specifications, and industry standard specifications. Specifications shall be developed and edited using SpecsIntact software. Specifications shall be provided to the government in the native SpecsIntact format, Microsoft Word format and Adobe.PDF format (see the individual submittal requirements for which are to be submitted). Electronic drawings will be required for all activities. Electronic drawing development will be accomplished using the latest version of Autodesk products which includes AutoCAD. Firms should have experience in using the CAD software, Building Information Modeling (BIM), and with using and writing project specifications in the SpecsIntact processing system. The designer must conform to the latest release of Tri-Service A/E/C CAD Standards. 3: SELECTION CRITERIA: The specific selection criteria (a through d are primary; e is secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Professional Qualifications: A resume for two designers and one checker in the following disciplines: architecture; civil; structural (independent of civil); mechanical; and electrical engineering are necessary with at least two in each field professionally registered in the relevant professional disciplines as an engineer or architect. In addition, resumes for two Project Managers are necessary. The Project Managers are required to be a registered Architect or Engineer, and lead the design teams and act as the primary POC for day to day design issues. A resume for one designer and one checker in the following fields: environmental engineering, geotechnical (soil engineering); and fire protection engineering is necessary. The fire protection engineer and geotechnical engineer designer and checker shall be professionally registered. At least one of the two environmental engineers shall be a professional engineer. The fire protection engineer shall be a registered professional engineer with a minimum of five years dedicated to fire protection engineering, AND meet one of the following conditions: (a) a degree in fire protection engineering from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys fire protection engineering examination; OR (c) registration in an engineering discipline related to fire protection engineering. Two resumes for interior designers are required. Both must be certified by the National Council of Interior Design Qualifications, or be registered interior designers. Resumes of two architects will also be accepted in place of the interior designers, if the architects are registered, with at least five years of experience and training in interior design. Per UFC 3-120-10, the interior designers and architects must not be affiliated with any furniture dealership, vendor or manufacturer. Additionally, at least one professional, qualified by a combination of education, registration, certification, and/or training is required in each of the following fields: registered communication distribution designer; cost estimating, landscape architecture, life safety, hazardous material inspection and abatement methods, and military master planning. The hazardous materials inspector must have successfully completed an EPA approved asbestos inspectors course and be able to obtain an asbestos inspectors accreditation in the state where the survey is being conducted. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. The individuals identified by project roles may not be dual-hatted. For specific projects, the awarded firm may be required to provide resumes or completed SF 330 forms for a certified industrial hygienist and a laboratory accredited in bulk asbestos fiber analysis given by the National Institute of Standards and Technology under the National Voluntary Laboratory Accreditation Program (NVLAP). This laboratory must be available for hazardous material testing as needed. The hygienist must be a certified industrial hygienist as certified by the American Board of Industrial Hygienist. The selected firm will be solely responsible for the designs that they produce and will become the Designer of Record for each design-bid-build project within their contract. b) Specialized Experience and technical competence in the expected activities identified above, to include experience with: design/build project design methodology; projects utilizing sustainable design (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization, development of health, safe and productive work environments; and employing the LEED evaluation and certification methods); anti-terrorism and force protection measures; construction cost estimating using M-CACES; electronic drawing development utilizing a CAD or building information modeling system and design charrettes as evidenced by the resumes of the key personnel assigned to this project. Only resumes identifying the professionalism and specialized experience of key members of the design team are necessary. Other available personnel may be specified in paragraph H of the SF330. In addition, the following must be addressed in paragraph H of the SF330: a brief design management plan including an explanation of the firm's management approach; management of subcontractors (if applicable), quality control procedures (for plans, design analysis and electronic documents), and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in Block H of the SF 330. Also in Block H indicate the estimated percentages involvement of each firm on the proposed team or describe the type of work and roles the prime and subcontractors will perform under this contract. It is the responsibility of the Prime Contractor to comply with FAR 19.508(e) and 52.219-14. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime firm. The 50% self-performing requirement will be based on the contract as a whole. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously. d) Past performance on DoD and other contracts to include cost control, quality of the work, and compliance with performance schedules. e) Volume of contract awards in the last 12 months. 4. SUBMISSION REQUIRMENTS Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed sub consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. To be eligible for award, a firm must have a DUNS number and be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Central Contractor Registration (CCR) and ORCA are now available through the System for Award Management (SAM). Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. These guides can also be viewed on http://www.acquisition.gov. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 2:00 p.m. EST on Tuesday, 23 February 2016. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Michael Hutchens, 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Michael Hutchens at (502) 315-6180. Email: Michael.D.Hutchens@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-R-0012/listing.html)
 
Record
SN03985542-W 20160109/160107234649-58736d339a4609bc11477aa85dc6ca54 (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.