Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOLICITATION NOTICE

C -- General AE Services IDIQ - Italy - Package #1

Notice Date
12/12/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB-17-R-0022
 
Archive Date
3/10/2017
 
Point of Contact
Bjorn T. Hale, Phone: 49061197442301, Delos C Halterman,
 
E-Mail Address
bjorn.t.hale2@usace.army.mil, Delos.C.Halterman@usace.army.mil
(bjorn.t.hale2@usace.army.mil, Delos.C.Halterman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: Past Performance Questionnaire (PPQ) Attachment 1: Letter of Commitment sample/template Announcement for W912GB-17-R-0022 INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) ARCHITECT ENGINEERING CONTRACT WITHIN ITALY 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU). 2. NAICS: NAICS Code 541330 - Engineering Services. 3. PLACES OF PERFORMANCE: Italy 4. CONTRACT INFORMATION: The USACE NAU hereby solicits for a General A-E Services IDIQ to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Total Value of Contracts: The cumulative total of all Task Orders for the base and all option periods shall not exceed $9,500,000.00. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP). The minimum task order amount will be $2,500.00. No one Task Order shall exceed $1,000,000.00. Performance Period: The contracts will include a base period of three (3) years and two (2) one year option periods, for a total contract performance period of five (5) years. Anticipated Award: The anticipated award is June 2017. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe. The Government reserves the right to award an additional contract from the solicitation within one year from the first contract's award date. 5. PROJECT INFORMATION: Design work involves but is not limited to major and minor new construction, and alteration, repair or rehabilitation of various structures such as: barracks, multi-family and single-family housing units, utility systems, vehicle maintenance facilities, administrative buildings, and other U.S. military facilities. There is also potential for planning and design to support other Programs such as Humanitarian Aid and Environmental documentation, permits and special studies. Architect-engineer services may be required for developing Request-For-Proposal packages for design/build projects. Projects may involve security upgrades, feasibility studies (to include cost estimating, energy conservation, fire protection, environmental assessments, etc.), safety coordination and construction supervision and inspection. A-E services may include: engineering assessments and systems analysis of existing facilities and infrastructure, anti-terrorism/force protection (ATFP) assessments and design, site investigations and technical assessments, structural analysis and testing, feasibility studies, remedial studies, environmental assessments and technical assistance, asbestos surveys and abatement design, energy conservation and fire protection, minor project scope development, cost estimating and estimate analysis, project schedule development and network analysis, construction management, inspection and quality assurance, materials and equipment testing including systems commissioning, technical review of designs and cost proposals, bid ability, constructability, operability and environmental compliance reviews, value engineering studies, construction claim and delay/impact analysis, and other general engineering and design services. A-E services may also be required for construction inspection; quality assurance; safety inspections; materials and equipment testing including systems commissioning; and other general engineering and design services. Projects may also involve sustainable/resilient design using an integrated design approach and emphasizing environmental stewardship, especially 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; and development of healthful, safe and productive work environments. Support may include planning services such as comprehensive master plans, installation real property master planning, infrastructure assessments, planning and design Charrettes, CADD/GIS mapping, and systems analysis of existing facilities and infrastructure. Additional support may include environmental documentation, permits, special studies and other environmental activities as required by US and Host Nation laws, and regulations; feasibility studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-built drawing preparation and engineering and design during construction. All support and design services shall include associated travel and necessary subsistence, reproduction, compliance with US and local (where work/project is to be performed) laws, regulations, construction practices, and procedures. A quality assurance/quality control plan will usually be required for each individual task order. a) The A-E shall perform all or part of the following services as more specifically identified in task orders: 1. General services include, but are not limited to, design of various repair or rehabilitation, maintenance and minor construction projects involving architecture, civil engineering, structural engineering, mechanical engineering, electrical engineering and other related disciplines (e.g. sustainable design, fire protection; communications; topographic surveys; structural investigation, analysis and testing). Projects may include utilities, engineering and feasibility studies, site investigations and surveys, construction supervision and inspection and asbestos surveys and abatement design and other general engineering and design services. 2. All necessary permits, licenses and approvals shall be obtained from local, state and federal authorities as necessary for the performance of the A-E services. Should it become necessary in the performance of the work and services for the A-E to secure the right of ingress and egress to perform any of the work on properties not owned or controlled by the Government, the A-E shall secure the consent of the owner, his representatives, or agent, prior to effecting entry on such property. In the event the owner requires the payment of any fee for a license to enter upon and/or use such property, the A-E, when so directed by the Government Project Manager, shall pay such fee and obtain a receipt therefore. The expenditures covering such fees shall constitute a reimbursable item under this contract, and the A-E, upon presentation of a voucher therefore, duly supported by proper receipts attached thereto, shall be reimbursed for the full amount hereof. b) Actual work to be performed by the A-E will be requested under individual task orders. A project- specific SOW will accompany each individual task order to meet the special site and problem requirements of the Army or other federal agency covered by that particular task order. 6. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. The above mentioned Place of Performance and Project Information will be considered in evaluation of all criteria. a) Specialized Experience and Technical Competence: Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, key subcontractors and/or free-lance associates. The Offeror shall submit a maximum of six projects total, all six projects must be completed within the last six years, from the date of this solicitation and must be in the types of projects specifically indicated above in Paragraph 5, PROJECT INFORMATION. Projects must be at least 90% complete. If more than six projects are submitted, only the first six projects listed in the proposal will be evaluated. Each project example should include the following information: which prime firm, partner, consultant or key subcontractors executed the project, a description/narrative/ photos of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Projects should also list any key personnel that worked on the submitted projects. Indefinite-Delivery, Indefinite Quantity (IDIQ) Contracts, where numerous Task Orders are listed together, are not acceptable as projects. Rather each Task Order would be considered a project. If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required. The letter of commitment MUST be signed by both parties to be considered and an English version/translation must be provided. Please see the attached example Letter of Commitment. If the Letter of Commitment is not submitted or signed by both parties, the Experience of the subcontractor will not be considered. The Government will evaluate the specialized experience of a firm on similar projects and technical capabilities (such as design quality management procedures, CADD/BIM, equipment resources, and laboratory requirements) of the prime firm and committed key subcontractors. Offerors who demonstrate experience in Italy may be deemed more highly qualified. The effectiveness of the proposed project team (including management structure; coordination of disciplines, office and/or subcontractors; and prior working relationships) may also be examined. b) Professional Qualifications: The A-E firm must identify the qualifications of personnel in the following key disciplines: Project Manager, Architect, Civil Engineer, Electrical Engineer, Structural Engineer, Mechanical Engineer, Cost Engineer, Construction Management, and Geotechnical Engineer. The Government will evaluate and consider the education, training, certification, overall and relevant experience and longevity with the proposed team for all the key personnel proposed. Submittals should demonstrate that the firm's staff is capable of certifying that all work is in compliance with the host nation laws and regulations. c) Past Performance: Past performance of the A-E, joint venture, partners, and key subcontractors on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from the Past Performance Information Retrieval System (PPIRS), Past Performance Questionnaires (PPQs) and other sources. Firms may submit CPARS, PPIRS or PPQs for past performance. The PPQ, Attachment Two (2) included in the solicitation is provided for the Offeror or its team members to submit to the client for each project the Offeror includes in its proposal for Factor a, Specialized Experience and Technical Competence. d) Management Plan: The Management Plan must address, at a minimum, the A-E's approach to project management, organization, lines of supervision and communication (including communication with the Government), coordination of disciplines and, if applicable, coordination with partners, joint venture partners, key subcontractor and consultants. The Management Plan must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process and the procedure to ensure high quality products and services within cost limitations and in strict compliance with performance scheduled. The Management Plan should also address the A-E's approach and ability to execute tasks in Italy. The submittal must include Blocks D and H of the SF 330. The Government will evaluate the management plan, coordination of disciplines and subcontractors, quality control procedures, communication plans and prior experience of the prime firm and any significant subcontractors on similar projects. a. Capacity: Capacity to perform approximately $2,500,000 in the required type of work within a one-year period. The Government will evaluate and consider the availability of an adequate number of personnel in key disciplines. Firms must address and demonstrate capacity to execute multiple task orders simultaneously. b. Knowledge of Locality: Knowledge of engineering and design in Italy. 7. REQUESTS FOR INFORMATION: Questions shall be submitted no later than 16:00 Central European Time on 29 December 2016, to allow the Government adequate response time. Questions submitted after this date will be answered at the discretion of the Contracting Officer. For any questions concerning the solicitation or preparation of your proposal, you may contact the Contract Specialist, Bjorn Hale and the Contracting Officer, Delos C. Halterman, via email at bjorn.t.hale2@usace.army.mil and Delos.c.halterman@usace.army.mil. All questions must be submitted in writing. No questions will be acknowledged or answered verbally. 8. SUBMISSION REQUIREMENTS: Submission: A-E Firms that have the capability to perform this work are invited to submit two printed copies and one electronic copy (CD, DVD or email) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below not later than the closing date of this announcement (located in paragraph 10, Due Date and Time). The SF 330 Part I shall not exceed 75 pages (8.5-in x 11-in or A4), including no more than 20 pages for Section H. The Government will stop evaluating proposals on page 75 for the SF 330 Part I and page 20 for Section H. Each side of a sheet of paper is a page. Use font type no smaller than size 11. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP The Government will not make assumptions concerning intent, capabilities, or experiences. Clear identification of proposal details shall be the sole responsibility of the Offeror. The proposal shall meet the following basic requirements. a) The proposal shall be typed and submitted in English and easy to read. b) Proposal shall be organized, concise, and tabbed. Each factor shall be described in a separate tabbed section. c) The proposal shall identify the solicitation number, name, address, and telephone number of the prime Offeror on the cover. d) Each volume shall contain a Table of Contents and include at the bottom left side of each page the volume and page number. e) Offerors shall verify that the information for all forms submitted is current, correct and complete including names of the points-of-contact, email address, and telephone number. f) Offerors shall submit a CD or digital copy which may be emailed to cenau.proposal@usace.army.mil and bjorn.t.hale2@usace.army.mil. The solicitation number should be stated in the email subject line. g) Proposals shall completely and adequately address the requirements of this solicitation. Offerors are reminded that elaborate corporate marketing information, formatting, special reproduction techniques, etc., are not necessary. h) Contractors are cautioned against submitting conditional proposals. i) Failing to submit attachments or failing to complete the proposal properly, may result in rejection of the offer without further evaluation. Therefore, Offerors are urged to follow instructions and speak with the Contracting Officer if instructions are not understood. Proposal Expenses and Pre-Contract Costs: The Request for Proposal (RFP) solicitation does not commit the Government to pay any costs incurred in the preparation and submission of a proposal or for any other costs incurred by any firm submitting a proposal in response to this solicitation. Joint Ventures: An Offeror that is part of a Joint Venture must submit a legally binding joint venture agreement. The Government will not evaluate the capability of any Offerors that are not included in the Joint Venture agreement. Joint Ventures must include a copy of the legal joint venture agreement signed by an authorized officer from each of the firms comprising the Joint Venture with the chief executive of each entity identified and must be translated into English, if the original agreement is in a language other than English. If submitting a proposal as a Joint Venture, the experience and past performance of each of the Joint Venture Partners can be submitted for the Joint Venture Entity. The experience for each Joint Venture Partner will be considered the experience of the Joint Venture entity. Joint ventures shall submit the following additional documentation regarding their business entities: a) A copy of their Joint Venture agreement in English. b) A detailed statement outlining the following in terms of percentages, where appropriate. 1. The relationship of the joint venture parties in terms of business ownership, capital contribution, and profit distribution or loss sharing. 2. The management approach of the joint venture in terms of who will conduct, direct, supervise and control the project and have custody and control of the assets of the joint venture and perform the duties necessary to complete the work. 3. The structure of the joint venture and decision-ranking responsibilities of the joint venture parties in terms of who will control the manner and method of performance of the work. 4. The bonding responsibilities of the joint venture parties. 5. Identification of the key personnel having authority to legally bind the joint venture to subcontracts and state who will provide or contract for the labor and materials for the joint venture. 6. Identification of party maintaining the joint venture bank accounts for the payment of all expenses and the deposits of all receipts, keep the books and records, and pay applicable taxes for the joint venture. 7. Identification of party furnishing the facilities, such as office supplies and telephone service. 8. Identification of party having overall control of the joint venture. Other sections of the proposal shall identify, where appropriate, whether key personnel are employees of the individual joint venture parties and identify the party, or hired as employees of the joint venture. If one of the joint venture parties possesses relevant experience and/or past performance, the experience and/or past performance of that firm will be considered as the experience and/or past performance of the joint venture. A complete and legally binding document with all the information required under this section titled "Joint Ventures" shall be included. *** The Joint Venture Agreement must be signed and submitted. A signed English translation must also be provided*** Key Subcontractors: If an Offeror wishes to be credited with the experience of a key subcontract or supplier (i.e., a firm that is not the prime contractor part of the Joint Venture) a letter of commitment signed by the Key Subcontractor and the prime contractor shall be submitted. The commitment letter shall be submitted even if the firm is in some way related to a Joint Venture Partner (for example, the Key Subcontractor is subsidiary of a Joint Venture Partner, or a subsidiary of a firm to which the Joint Venture partner is also a subsidiary). Letters of commitment must unequivocally state that a key subcontractor or firm will perform for the purpose that its experience is being submitted. If a letter of commitment is not submitted, the experience associated with that Key Sub, will not be considered. Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission such as prices, as this is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. 9. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advised. Firms responding to this announcement are requested to inform one of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. Submissions shall be received at the following address by the date and time on the AE Announcement. No facsimiles with the exception of Attachment Two (2), Past Performance Questionnaires, are permitted. a. For U.S. Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Hale) CMR 410, Box 7 APO AE 09049 b. For German postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Box 7/Hale) Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany Email Addresses: SF330s may be emailed to cenau.proposal@usace.army.mil 10. DUE DATE AND TIME: Proposals are due by 1600 HRS Central European Time on 12 January 2016. 11. POINTS OF CONTACT for additional information: a. Bjorn Hale, Contract Specialist E-mail: bjorn.t.hale2@usace.army.mil Phone: +49-611-9744-2301 (outside Germany); (0)611-9744-2301 (within Germany) Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany) b. Delos C. Halterman, Contracting Officer E-mail: Delos.c.halterman@usace.army.mil Phone: +49-611-9744-3278 (outside Germany); (0)611-9744-3278 (within Germany) Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany) 12. ATTACHMENTS a. Attachment 1: Letter of Commitment sample/template b. Attachment 2: Past Performance Questionnaire (PPQ) 13. LOCAL CLAUSES (Pre-Qualification) Offerors shall with their proposal, furnish all documentation complying with the following clauses. Failure to submit any document or submitting a non-conforming document may result in rejection of the proposal in its entirety. • 52.000-4091 - Compliance with Italian Decree DPR 554/99 amended by Art 2 of DPR 412/00 • 52.225-4002 - Anti Mafia Law Applicable clauses are stated below: 52.000-4091 Compliance with Italian Decree DPR 554/99, as amended by Article 2 of DPR 412/00 (2009). All offerors must demonstrate compliance with DPR 554/99, notably Article 75, as amended by DPR 412/00, Article 2 and compliance with Article 38 of DPR 163/06 within the timelines specified by the contracting officer. Offerors will: a) self certify the non-existence of the situations at Art. 75 of DPR 554/99 as amended by Art. 2 of DPR 412/00 and Article 38 of DPR 163/06. and b) comply by providing a "Certificato d' Iscrizione al Casellario Giudiziale" for each member of the company and a "Documento Unico di Regolaritá Contributiva" pursuant to Art. 2 of Legislative Decree n.210/2002 converted into law n. 266/2002. (End of Clause) 52.225-4002 Anti- Mafia Law Italy (2015) Pre-Award Effect of Anti-Mafia Procedures: Inasmuch as the work of this solicitation is to be performed on land owned by the Italian State, the prospective contractor will be subject to all Italian legislation concerning anti-mafia documentation, including, without limitation: Legislative Decree no. 159 of September 6, 2011, Decree of the President of the Republic no. 252 of June 3, 1998, Legislative Decree no. 490 of August 8, 1994, Law Decree No. 629 of September 6, 1982, and any subsequent anti-mafia laws, integrations and amendments. Only firms that submit the requested documentation will be considered for award. In the event that prior to award any mafia infiltration attempt is determined by the competent Prefect (Prefetto) against an offeror, pursuant to Art. 4 of Legislative Decree no. 490/1994, Art. 10 of Decree of the President of the Republic no. 252/1998, or any other anti-mafia law, no award will be made to said offeror. Furthermore, in the event that prior to award any additional information against an offeror is obtained and validated by the government or provided by the competent Prefect (Prefetto) pursuant to Art. 1, Section 7 of Law decree 629/1982, Art. 10, paragraph 9, of Decree of the President of the Republic no. 252/1998, or any other anti-mafia law, the Government may decide, at its sole discretion, that no award will be made to said offeror. Subcontractors: ALSO, the Offeror is responsible for complying with Italian Anti-Mafia laws with respect to its subcontractors; and, if necessary, requesting additional information regarding attempts of mafia infiltration from a competent Prefect (Prefetto). The Offeror agrees to provide the Government any appropriate documentation that may indicate mafia-collusion, to include, if available, results of any Prefect (Prefetto) investigations. If after award, a competent Prefect (Prefetto) determines that mafia infiltration attempts have occurred with a subcontractor, then the Offeror agrees, if requested by the Government, to promptly terminate the subject subcontract and replace the mafia-colluded subcontractor at its own cost with a compliant company. Termination: If during the life of this contract, any mafia infiltration attempt is determined by the Government to have occurred or additional information is provided by the Prefect (Prefetto) against any component of the Contractor or any Subcontractor, pursuant to Art. 1, Section 7 of Law Decree 629/1982, Art 4 of Legislative Decree no. 490/1994, Art. 10 of Decree of the President of the Republic no. 252/1998, or any other anti-mafia law, the Government at its sole discretion may consider this a failure to execute the work and may terminate the contractor's right to proceed with the work under the "Default" clause of this contract. Documentation Requirements: Contractor shall submit the following: The offeror SHALL include a "self-declaration" in accordance with DPR 445/2000, stating that "pursuant to any applicable anti-mafia law in force, none of the causes of forfeiture, suspension or prohibition set forth by Art. 67 of the Code exist with regard to all the persons involved in the subject contract." This documentation is to be included in your Price Proposal. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-R-0022/listing.html)
 
Record
SN04349603-W 20161214/161212234625-2e7bcacd0dea5ab824bbf54923833be3 (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.