Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOLICITATION NOTICE

C -- Medical A-E

Notice Date
7/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-16-R-0001
 
Archive Date
8/16/2016
 
Point of Contact
Jill G. Freeman, Phone: 2568951789, Raven A. Nall, Phone: 2568951319
 
E-Mail Address
jill.g.freeman@usace.army.mil, Raven.A.Nall@usace.army.mil
(jill.g.freeman@usace.army.mil, Raven.A.Nall@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1.0 CONTRACT INFORMATION 1.1 General. This contract is being procured in accordance with the Selection of Architects and Engineers (formerly known as the Brooks A-E Act) as implemented in FAR 36.6 and EP 715-1-7 Architect-Engineer Contracting in USACE. This acquisition will be used to procure highly specialized services required to provide continued Architect-Engineer (A-E) design and technical support services in support of the CEHNC Medical Division Medical Repair and Renewal (MRR) and Project Support Services (PSS) programs. The CEHNC Medical Division provides quick response to repair/renewal situations relating to the architectural, mechanical, electrical, civil, structural, instrumentation, communications, security, safety, systems, cost, engineering services, as well as facility operations, sustainment, renewal, and project coordination. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers' Huntsville Center is one of the Army's leaders in studies as well as execution, and partners with the Corps' project delivery teams, regional business centers/divisions, stakeholders and geographical districts to provide expertise and the highest quality research facility, life cycle support to the Department of Defense (DoD), other Federal agencies and foreign governments. In order to accomplish this objective Huntsville Center proposes to award a Restricted/ Small Business (SB) Multiple Award Task Order Contract (MATOC). The award will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a twelve (12) month base ordering period and four (4) 12-month option ordering periods. Firm Fixed Price (FFP) task orders will be negotiated. It is anticipated that this acquisition will result in the award of up to nine (9) indefinite delivery type contracts, with the Government reserving the right to award more, less, or none at all if it is determined to be in the best interest of the Government. The North American Industrial Classification System code is 541330. The total requirements expected to be awarded under the Medical Division MRR and PSS programs on A-E contracts are anticipated to total approximately $225,000,000 over a period of five (5) years. To be eligible for contract award, the submitting A-E firm must be registered in the System for Award Management (SAM) and have the professional qualifications necessary for satisfactory performance of the required services. 1.2 In accordance with (IAW) FAR 52.236-23, Responsibility of the Architect-Engineer Firm, the A-E Firm shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the Firm under this contract. The Firm shall, without additional compensation, correct or revise any errors or deficiencies in its designs, drawings, specifications, and other services. In accordance with DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Firm may perform any part or all of the supervision and inspection services for the construction contracts resulting from the A-E services, however, the A-E firm will not be responsible for the direct performance of the construction itself. In accordance with FAR 36.209, the A-E firm and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction/design-build contracts that relate to any A-E Task Orders awarded under this contract. Potential OCIs are also governed by FAR subpart 9.5. 2.0 DESCRIPTION OF WORK 2.1 Project Information. The Medical Division MRR and PSS A-E contracts provide all services required to prepare plans, specifications, work plans, technical support and other supporting documents necessary for execution of the MRR/PSS projects issued by task order. As part of the design and technical support effort, the contractor may be required to survey the problem areas, evaluate and recommend solutions. The level of detail and format of the design and technical support packages may vary dependent upon the complexity of the project. In addition to project designs the contractor may be required to conduct studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, preparation of parametric estimates, equipment and systems commissioning and other related services. Firms must have specialized experience and technical competence in medical facility, equipment, and systems design. 2.1 Specific A-E design and technical support services include but are not limited to: a)preparation of design criteria, b)architectural and engineering designs, c)specifications, d)evaluations, e)analyses, f)studies, g)economic analyses, h)consultations, i)comprehensive planning, j)program management, k)value engineering, l)construction phase services, m)investigations, n)surveying, o)mapping, p)testing, q)construction inspection services, r)preparation of operating and maintenance manuals, s)equipment and systems commissioning, and t)other related services for medical facilities (including medical administrative and training facilities). 2.1.1 Additional support may include environmental documentation, permits, special studies, and other environmental activities as required by federal, state and local laws and regulations; feasibility studies, other special studies, investigations, programmatic support services, as-builts, construction management, and engineering/design changes during medical construction. 2.1 Location of Work. The scope may involve work in multiple locations throughout the Continental United States (CONUS), Alaska, Hawaii, U.S. Territories and possessions, with the potential of overseas locations (OCONUS) to be identified as the need arises. SELECTION CRITERIA: The selection criteria for the base IDIQ contract are listed below in descending order of importance (first by primary criterion and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (f) is secondary and will only be used as a tie-breaker among firms that are technically equal. Price will not be used as a criterion. 3.1. Specialized Corporate Experience and Technical Competence Criteria (a): The A-E Team (including Prime and Key Subcontractors) shall provide examples of projects demonstrating specialized experience and technical competence in the design and technical support for medical facility repairs and renovation. The A-E team shall provide at least three (3) but no more than five (5) projects that demonstrate recent and relevant specialized experience and technical competency in sub-criteria (a) - (e). Recent experience is experience preparing designs from which facility repair and renovation has been completed within the last three (3) years from the date of this announcement. Relevant experience is experience similar in size, complexity, and scope of this requirement. Example projects shall clearly state what specific role the firm and/or key subcontractors (i.e. any subcontract which equals 10% or more of the prime contract) had including the names of the key personnel. The A/E team's experience should demonstrate recent and relevant experience in each of the following sub criteria: Sub Criterion (a) - Recent experience of the firm and its consultants (within the last 3 years) in design and technical support of medical facilities, laboratories (research, clinical, dental clinics, operating rooms, medical clinics, and support functions of medical facilities (power, water, and steam)), medical storage facilities, and medical transition spaces. Experience should include adapting standard design packages. The adaptations should demonstrate space conversions (warehouses to clinics for example), working with existing systems in renovating portions of hospitals. Sub Criterion (b) - Design and technical support of medical projects on Army, Navy and Air Force installations or in support of the Defense Health Agency initiatives. Support should demonstrate experience in the rehabilitation of existing medical facilities of various types, sizes, and complexities. Sub Criterion (c) - Specific technical capabilities, such as construction phase services, program and project management, construction inspection services, value engineering, facility condition assessments, programmatic services and other related services for medical facilities, including medical logistics and training facilities. Sub Criterion (d) - Knowledge of specific laws and regulations. The contractor should demonstrate a working knowledge of The Joint Commission (TJC), medical installation standards and local codes and regulations that govern medical facilities. Sub Criterion (e) - Design and technical support quality management approach. Specifically, how will the contractor maintain the quality of the design/technical support and cost control. Describe what system is in place, or will be in place at the time of award, to assure quality is maintained. The A-E firm shall not submit a base contract (IDIQ, MATOC, etc.) or multiple task orders as a project. Individual task orders from an IDIQ contract can be submitted as one project. The Government will consider only the first 5 projects in the submission; any additional projects will not be evaluated. The submitting A-E firm shall submit an unconditional letter of commitment signed by all key subcontractors. (A key subcontractor is a subcontractor that will perform 10% or more of the work for this contract). A Sample Letter of Commitment is attached to this Synopsis. 3.2. Professional Qualifications Criteria (b): The submitting A-E firm shall provide a Certificate of Authorization (or equivalent) to demonstrate that it is permitted by law to practice the professions of architecture and/or engineering work in at least one state, territory, or jurisdiction of the United States as required by FAR 36.601-4(b). Identify the professional qualifications and credentials of key personnel in the disciplines shown below that will be necessary for satisfactory performance of the required services. The Government will consider the qualifications, education, overall and relevant experience, and training of licensed, registered, and/or certified key personnel and longevity with the firm of the key management and technical personnel. Resumes (as well as letters of commitment from key personnel who are not currently employed by the prime, subcontractor or JV at the time of submission) shall be provided in SF-330, Section E for all key personnel in the following disciplines: architect, structural engineer, mechanical engineer, electrical engineer, communications engineer, fire protection engineer, hazardous materials specialist, industrial hygienist, safety engineer, interior designer, cost engineer, and project manager. Also provide the resume for a LEED Accredited Professional (AP), which can be one of the personnel listed above. These key personnel (for the disciplines listed above) must currently be registered in their profession in at least one state. The SF330 submission shall clearly identify the lead in each of these disciplines, the type of registration, and in what state(s) they are registered. If a submitted key discipline personnel works for a subcontractor to the primary firm then they must show how long they have worked as a subcontractor with the primary firm and what part they played in project(s) submitted under 3.1 Specialized Corporate Experience and Technical Competence Criteria. 3.3. Past Performance Criteria (c): Past performance of the prime firm and any key subcontractor(s) shall be provided on all projects submitted under 3.1, Specialized Corporate Experience and Technical Competence Criteria. The submitting A-E firm shall provide a reference using the Past Performance Questionnaire (PPQ) (attached to this Synopsis) and/or a final ACASS report. The submitting A-E firm is responsible for forwarding the PPQ to each past performance reference submitted under this synopsis. The submitting A-E firm should complete Blocks 1-4 of the PPQ and the client/customer completes Blocks 5-8 and the evaluation survey. The client/customer should return the PPQ to the firm to be submitted with the SF330 or send, via email, the PPQ directly to the Government point of contact identified in this Synopsis. ACASS and/or PPIRS may be queried for all prime, JV, and key subcontractors. In addition to the above, the Government may review any other sources of information for evaluating past performance. In the event that adverse past performance information is obtained outside the PPIRS/ACASS query and the A-E firm did not have the opportunity to respond, the A-E firm will be given the opportunity to comment if the firm is in the slate of firms selected for discussions IAW FAR 36.602-3(c) or if adverse past performance is the determining reason why the firm is not in the slate of the most highly qualified firms. 3.4. Capacity Criteria (d): Demonstrate capacity or firm's ability to make available an adequate number of interdisciplinary teams to accomplish at least five (5) task orders simultaneously. Projects typically range in value from $100,000 to $1,000,000 each, but may vary as requirements dictate. Firms should demonstrate their capability to perform work in multiple geographic locations. Greater consideration will be given to the A-E firms with the capability to perform work in diverse locations rather than only having experience in one geographic area and with firms performing the type of work addressed in paragraph 3.1. 3.5. Knowledge of the Locality Criteria (e). Demonstrate capability to perform work throughout the contiguous United States (CONUS), as well as outside the contiguous United States (OCONUS). Greater consideration will be given to the A-E firms with the capability to perform work in diverse locations rather than only having experience in one geographic area. SECONDARY SELECTION CRITERIA 3.6. Volume of work Criteria (f): Volume of work awarded by DoD during the previous 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms 4.0 SUBMISSION REQUIREMENTS The submitting A-E firm must be registered in the System for Award Management (SAM) to be eligible for award. The submitting A-E firm may register via the SAM internet site at http://www.sam.gov. SF-330 submissions will be received until 1400 (2:00 pm) Central Time on 1 August 2016. Interested firms having the capabilities to perform the work described above must submit five (5) hard copies and one (1) PDF copy on a compact disk (CD) of the SF 330 Part I and SF 330 Part II for the prime firm and subcontractors or Joint Venture (JV) Partners to the Contract Specialist at the following address: US Army Engineering and Support Center CEHNC-CT-PREAWARD ATTN: Ms. Jill G. Freeman 4820 University Square Huntsville AL 35816-1822 All hard copy submissions shall be identical in content. The SF 330 Part I shall not exceed sixty (60) pages (8.5" x 11"), including no more than eight (8) pages for Section H. Each side of a sheet of paper is considered one page. Use no smaller than 12 font type. However, firms may use no smaller than 10 pt font on organizational charts, graphs, tables and matrices. Charts, graphs etc. may have only that amount of text to explain the item and shall not contain excessive text that circumvents the page and font limits. Pages that violate these limits will be removed from the packet and will not be evaluated. Cover letters, table of Contents, letters of Commitments, the Certificate of Authorization, PPQs and/or final ACASS reports will not be counted in the 60 page limit. Include the firm's DUNS number in the SF 330, Part I, and Section H. In Section H, indicate the estimated percentage of involvement of each firm (prime, key-subcontractors, and other subcontractors) on the proposed team. 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. Any JV Partnership must submit a signed and dated joint venture agreement as a part of the package. This paperwork will not be included in the page count and should be provided as an attachment. This is not a request for proposal. Awards are anticipated to be made in the spring of 2017 or later. Point of Contact (POC) Jill G. Freeman, 256-895-1789 Jill.G.Freeman@usace.army.mil Raven A. Nall Contracting Officer, 256-895-1319 Raven.A.Nall@usace.army.mil Potential Firms are to post questions at www.projnet.org using bidder inquiry key 7D7NVF-A3J3NV. The deadline for posting questions is 1400 (2:00 pm) Central Time on 11 July 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-16-R-0001/listing.html)
 
Place of Performance
Address: Contracting Office Address, US Army Corps of Engineers (USACE), Huntsville Center (HNC) CEHNC-CT-PREAWARD, 4820 University Square, Huntsville, Alabama, 35816-1822, United States
Zip Code: 35816-1822
 
Record
SN04170067-W 20160703/160701234340-2d29d255b64ac3b25b2a5c79e06646a4 (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.