Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
MODIFICATION

C -- Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (Civil) Not-To-Exceed $18M for the Design of MILCON and Other Projects for the US Army Corps of Engineer (USACE) Honolulu District - RFIs

Notice Date
7/18/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-16-R-0012
 
Point of Contact
Graeme L. Silva, Phone: 808-835-4380, Clarinda R Washington, Phone: 808-835-4388
 
E-Mail Address
Graeme.L.Silva@usace.army.mil, Clarinda.R.Washington@usace.army.mil
(Graeme.L.Silva@usace.army.mil, Clarinda.R.Washington@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Answers 1. CONTRACT INFORMATION: Architect-Engineer (Civil) services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects within the State of Hawaii, but may include other Pacific Region locations in the USACE Honolulu District (POH) area of responsibility (AOR). The POH AOR includes the State of Hawaii, and territories of Guam, American Samoa and CNMI as well as the Freely Associated States including the Republic of Palau, Federated States of Micronesia and the Republic of the Marshall Islands. Indefinite delivery contracts will be negotiated and awarded with a base period of one (1) year, and will four (4) option periods that the Government reserves the right exercise. The base period and each option period that is exercised will consist of one full year per period. It is the intent to award up to two (2) AE single award indefinite delivery task order contracts with a not-to-exceed shared capacity of $18,000,000. The Government obligates itself to obtain no less than $2,500 in services. The contracts are anticipated to be awarded in April 2017. After contracts are awarded, work will be issued by negotiated firm-fixed-price task orders. When deciding which Indefinite Delivery contract will be selected to negotiate an order, the Government will consider the following: current capacity to accomplish the order in the required time, unique specialized experience, and quality of performance under the other task orders. North American Industry Classification System Code (NAICS) is 541330 - Engineering Services, which has a size standard of $15 million in average annual receipts. This is an unrestricted competitive procurement. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM see the SAM website at https://www.sam.gov/. 2. PROJECT INFORMATION: Work primarily includes but is not limited to the range of Civil Engineering services described herein, for minor to major repair, modification, rehabilitation, alternatives and new construction projects primarily in support of the Department of Defense and associated Agencies. The work and type of services will consist primarily of preparation of design analyses, reports and cost estimates; plans and specifications for the site designs of predominantly horizontal infrastructure work. To a lesser degree vertical construction projects may also be in the variety of work assigned. Work may also include charrettes, parametric designs, and facility condition studies. Design and other engineering-related services must be performed by or under the direct supervision of licensed professional Engineers. It is anticipated that task orders under this contract will primarily consist of Military Construction (MILCON) projects (where the AE task orders for MILCON are in total, $400,000 or more) and may also include family housing projects, military "Sustainment, Modernization and Repair" (SRM) type projects, and historical civil, and environmental projects. This Indefinite Delivery Contract will not include projects for MILCON or Family Housing where task orders are in total less than $400,000. This $400,000 threshold DOES NOT apply to SRM, civil or other types of projects. Specifically, task orders may include site and installation utility design including water distribution, storage and pumping, wastewater collection system design for tropical and subarctic environments; hydraulics and hydrologic analysis, storm water collection system design, low impact development; site development, earthwork, grading and drainage; roadway design and traffic engineering; and antiterrorism/force protection, and physical security. Computer-aided drafting (CAD), format of CAD products, understanding and compliance with A/E/C standards will be required. Civil 3D Modeling may be required. Designs will be prepared using US Standard English units of measure, however, selected projects may require metric units. All services shall be performed in accordance with applicable Installation Design Guide, as well as, all applicable codes and criteria required for Government work and all applicable laws, codes and regulations pertinent to accessibility. The awarded contract will be in accordance with Federal Acquisition Regulation (FAR) (https://www.acquisition.gov/FAR/). ProjNet (DrChecks) (https://www.projnet.org) will be used for comment resolution of all design review SF330s. 3. SELECTION CRITERIA: The selection criteria for this solicitation is listed below in descending order of importance. Primary criteria consist of (a) through (e). Criteria (a) and (b) are considered most important and of equal importance; Criteria (c) (d) and (e) are of lesser importance and listed in descending order of importance. Secondary criteria, (f) and (g) will only be used as tie-breakers among firms ranked technically equal using the primary criteria. (a) Specialized experience and technical competence (1) The evaluation will consider the extent of the offeror's specialized experience and technical competence of the prime firm and sub-consultants for engineering services described in paragraph 2 "Project Information." SF330 requirement: Provide within SF 330, Part I, Section F examples of not more than 5 projects completed within the last 5 years that best demonstrate specialized experience and technical competency in the areas listed above in section B, PROJECT INFORMATION. Project experience where the Prime was the lead, and projects where the prime and significant subcontractors proposed for this IDQ requirement worked together, will be given more consideration. Project examples submitted should be of completed projects. All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F). (2) The evaluation will consider the firm's management plan/structure and design quality control procedures. The Management plan and organizational structure will be evaluated to determine the sufficiency of oversight of how task orders will be managed to meet project milestones. Design QC procedures will be evaluated to ascertain its effectiveness in producing quality task order deliverables. SF330 requirement: Provide management plan/structure and design quality control procedures within Part I, Section H (Additional Information). (b) Professional qualifications of the prime firm's staff and sub-consultants to be assigned to the projects The evaluation will consider the extent of the education, training, registration and overall relevant experience of the key personnel identified below. This criterion primarily focuses on the qualifications of the key personnel for the contract and not the quantity of personnel, which is addressed under the "capacity to accomplish the work" criterion. SF330 requirement: The exception is for the Civil Engineering discipline where a maximum of six (6) key personnel may be submitted. Provide a minimum of one (1) individual / up to a maximum of two (2) individuals per discipline for each of the key personnel disciplines identified below. Firms will not be evaluated more favorably for identifying additional Key Personnel beyond those identified here. Identified key personnel will be more highly evaluated if he or she participated in the firm's sample projects submitted in the SF 330 Section F. Use a separate Section E for each individual. Do not generalize professional registrations or certifications but provide specific details. The lead architect or engineer in each discipline must be registered in the appropriate professional field. For purposes of selection criteria, the use of the term "registered" means a Registered Architect or Professional Engineer registered to practice in the particular discipline in a State, the District of Columbia, or an outlying area of the United States. Key personnel are as follows: • PROJECT MANAGERS (U.S. Registered Architect or Engineer) • U.S. REGISTERED CIVIL ENGINEERS • U.S. REGISTERED ARCHITECTS • U.S. REGISTERED STUCTURAL ENGINEERS • U.S. REGISTERED MECHANICAL ENGINEERS • U.S. REGISTERED FIRE PROTECTION ENGINEERS • U.S. REGISTERED ELECTRICAL ENGINEERS • U.S. REGISTERED COMMUNICATION DISTRIBUTION DESIGNERS (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have a current active RCCD registration. This person shall also be a Registered Electrical Engineer) • U.S. REGISTERED ENVIRONMENTAL ENGINEERS • U.S. REGISTERED SURVEYORS • U.S. REGISTERED GEOTECHNICAL ENGINEERS • COST ENGINEER (Qualified means a degree in Engineering or Architecture with at least ten (10) years cost estimating experience. Demonstrate prior experience in the use of MII software) • CADD OPERATORS with experience in Building Information Modeling (BIM) • LEED Building Design and Construction (LEED BD+C) Accredited Professional (AP) (Worked on a minimum of two (2) LEED silver projects relating to the requirements of this acquisition, preferably USGBC registered or GBCI certified) (c) Past Performance of the firm for similar work Firms will be evaluated on past performance for quality of work products, compliance to project schedules, and effectiveness of management. Past performance evaluations will be retrieved through the Government's Past Performance Information Retrieval System (PPIRS) and managed through the Contractor Performance Assessment Reporting System (CPARS). PPIRS is the primary source of information on past performance. Performance evaluations for any significant subconsultants may also be considered. The evaluation will consider past performance from other sources. The relevancy of past performance information will be considered. The more relevant the information, the more weight it carries. NOTE: if no relevant past performance information is available to evaluate, or if the record is so sparse such that no meaningful rating can be reasonably assigned, the offeror will be assigned a rating of neutral and shall not be evaluated favorably or unfavorably. SF330 requirement: Past performance data for example projects presented under Part I, Section F of the SF330 will be considered. Performance evaluations will be queried for all firms. Any credible, documented information on past performance may be submitted, but the Government is not required to seek other information on past performance if none is available through PPIRS. (Note: Past Performance Questionnaires (PPQ) can be submitted to provide or supplement a firms past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email.). (d) Capacity of the firm to accomplish work in the required time. Firms will be evaluated on their capacity to accomplish the work: Adherence to project schedules for all projects is critical to the Government. Completion within the schedule requires the engagement of sufficient and competent staff and subcontractors. Firms must demonstrate the capacity to accomplish multiple task orders in multiple locations simultaneously. (e) Knowledge of the locality of the projects Firms will be evaluated on specific familiarity with the site conditions in Hawaii and the POH AOR. The intent is to demonstrate knowledge and understanding of local conditions, including the physical environment, local engineering criteria, local construction methods, and construction market conditions. SF330 Requirement: The basis of evaluation for this criterion will focus on the information provided in SF330, Part I, Section E (Resume of Key Personnel), item 19 (Relevant Projects). Information presented shall demonstrate general understanding of the local conditions listed above, based on specific work experience SECONDARY selection criteria, to be used as quote mark tie-breakers quote mark among technically equal firms, are listed in descending order of importance as follows: (f) Geographic proximity in relation to the location of the work. Firms will be evaluated based on their main office's physical proximity to Hawaii. (g) Volume of recent DoD contract awards. The objective of this criteria is to effect an equitable distribution of DoD AE contracts among qualified firms. Specify the total volume of work awarded to the firm by a DoD agency within twelve (12) months of the closing of this announcement. When identifying the total volume of work, include all stand-alone or indefinite delivery contract (IDC) task orders, including modifications, issued by DoD agencies. DO NOT include the potential value of an IDC, nor options which have not been exercised. Information may be presented in SF330, Part I, Section H or the Government may obtain the information through other means. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 330 (one hard copy and one pdf file with searchable text on CD/DVD) no later than August 01, 2016 2:00PM Hawaii Standard Time. Specific detail regarding the content of the SF330 is provided in the preceding paragraphs. SF330s will be sent to U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 202, ATTN: CEPOH-EC-ES, FORT SHAFTER, HAWAII 96858-5440. Request for Proposal No. W9128A-16-R-0012 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-16-R-0012/listing.html)
 
Record
SN04185501-W 20160720/160718234033-3a9f3b0f1659fd6c2e7c545020cb664e (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.