Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Multi-Discipline Architect-Engineer (A/E) Services in Support of the Letterkenny Army Depot (LEAD), Chambersburg, PA.

Notice Date
3/22/2017
 
Notice Type
Cancellation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-D-0016
 
Archive Date
5/9/2017
 
Point of Contact
Kathy Brown, Phone: 4109622585
 
E-Mail Address
Kathryn.E.Brown@usace.army.mil
(Kathryn.E.Brown@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: In accordance with the Brooks Act, FAR Subpart 36.6, DFARS Subpart 236.6 and AFARS Subpart 5136.6, USACE Baltimore District intends to award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Contract to a Small Business Concern, NAICS Code 541330, Size Standard is $15M with a capacity of $5M. In addition, if available, contract capacity can also be used throughout the USACE North Atlantic Division (NAD) Area of Responsibility, within its military and civil works geographic boundaries. Individual projects will be issued by negotiated Fixed-Price task orders. The firm must be capable of responding to and working on multiple task orders concurrently. To be eligible for contract award, a firm must be registered in the System Awards Management (SAM). 2. PROJECT INFORMATION: The Letterkenny Army Depot (LEAD) is an army installation that is a customer of the Baltimore District. LEAD uses the assistance from A/E contracts to investigate, update and/or design their main infrastructures. LEAD is in the process of implementing a major reorganization of production facilities that includes renovations, alteration, construction, and maintenance and repair projects. Due to the age of the facilities and the equipment, and the continued need to implement new guidelines for facility operations, the efforts are considerably more complex than in past years and constitute a significant portion of the sustainment, restoration and modernization of the LEAD mission. The IDIQ will be used for a broad range of A/E Services as defined in 40 U.S.C. 1102(2) and FAR 2.101, to include studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operation and maintenance manuals, and other related services. Services shall include but not be limited to mechanical (to include HVAC, plumbing, fire protection, compressed air, and other related services), electrical (to include fire alarm, emergency power, interior and exterior distribution, lighting, etc.), civil/structural and architectural design consisting of development of plans and specifications for individual projects including renovation, repair, or construction of buildings or building systems; replacement of utility plants and systems such as air conditioning, heating, mechanical ventilation, compressed air, interior and exterior electrical supply and distribution; site work including roads, railroads, pavements, drainage structures, and other land improvements. Firm shall have the capability to survey and inspect structures, utilities, pavements, bridges, dams and impoundment structures and develop reports detailing recommended maintenance or repairs; perform detailed land surveys as required in support of assigned work; and prepare/perform master plan updates. Also, firms shall have the capability to perform environmental assessments and environmental compliance, and to prepare permits in support of projects to comply with but not be limited to: National Environmental Policy Act (NEPA), Emergency Planning and Community Right-to-Know Act (EPCRA), Clean Air Act (CAA), Clean Water Act (CWA), State Historic Preservation Office (SHPO), U.S. Environmental Protection Agency (USEPA) and the Pennsylvania Department of Environmental Protection (PADEP) environmental regulations. Additionally, firms shall have the capability to perform cultural and historical assessments, and to survey and test for asbestos and lead paint if required for contracted task. 3. SELECTION CRITERIA: The offeror must demonstrate its qualifications with respect to the published evaluation criteria for all services. The A/E must demonstrate its qualifications and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation and selection of the most highly qualified firm will be based upon evaluation of the selection criteria stated herein. Selection of the most highly qualified firms for negotiations shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include, primarily (1) specialized experience and technical competence; (2) professional qualifications; (3) past performance; (4) capacity; (5) knowledge of the locality; and (6) any other special qualifications required by the contracting activity; and secondarily may include (1) small business participation plan; (2) geographic proximity. In addition to the above qualifications, special qualifications in the Department of Defense (DoD) include the volume of work previously awarded to the firm by the DoD, with the object of effecting an equitable distribution of DoD A/E contracts among qualified A/E firms including all small business socio-economic categories, and firms that have not had prior DoD contracts. The small business participation plan, as a secondary criterion, will not be applied by a pre-selection board, and will only be used by a selection board as a "tie-breaker" if necessary, in ranking the most highly qualified firms. The A/E selection procedures will be in accordance with FAR 36.6 A/E Services, DFARS 236.6, EP 715-1-7, PARC and local guidance. Interviews will be conducted for the A/E firms identified by Selection Board. Primary Selection Criteria: Factor 1 - Specialized Experience and Technical Competence: The firm must demonstrate specialized experience and technical competence in the following areas, which are listed in descending order of importance: (1) Design of renovations to existing facilities and new construction of various types and sizes and their pertinent facilities; (2) Preparation and development of engineering studies, design and construction documents; (3) Expertise in air compliance technology, best available technology (BAT) and reasonably available control technology (RACT), and experience in environmental compliance in general, and in particular the preparation of environmental documents. (4) Experience in Topographic surveys, soil surveys, and subsurface exploration including associated testing; ; (5) Expertise in Master Planning (6) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (7) Experience with storm water management and erosion control (8) Expertise in Building Information Modeling/Civil Information Modeling (BIM/CIM), and Geographical Information Systems (GIS); (9) Experience with industrial waste water treatment technology in all aspects of treatment; (10) Experience with post design construction management services including but not limited to shop drawing reviews, site visits and technical assistance during construction; and (11) Experience with energy management investigations and analysis. Firms shall provide example projects that demonstrate their experience in the types of projects and products as described in the project information section (2) above, and show specialized experience of the proposed team in the provision of the services listed in Factor 1. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. If the Offeror is a joint venture (JV), relevant project experience should be submitted for the joint venture if shared experience is available; if no shared experience is available, offerors may submit projects performed by either joint venture partner. "For submittal purposes, a task order on an IDIQ contract is considered a project, and a stand alone contract award. DO NOT list an IDIQ contract as an example of a completed project. Examples of project work submitted that do not conform to this requirement will not be evaluated." Factor 2 - Professional Qualifications: The firm must have either in-house, or through consultants, personnel that are registered and licensed in the following key disciplines: anti-terrorism/force protection, historic architecture, architecture, civil engineering, electrical engineering, structural engineering, mechanical engineering, fire protection engineering, and environmental engineering. In addition to these personnel, the firm shall provide personnel with expertise in hazardous materials, cost estimating, project management, industrial wastewater treatment technology, GIS, and building information modeling (BIM). The evaluation of these disciplines will consider education, training, overall and relevant experience, and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers. Typical qualifications are as follows: • the industrial hygienist must be a registered CIH (certified industrial hygienist), • the architects must be registered, • all engineers must be senior/lead registered professional engineers (P.E.) in their respective disciplines. Factor 3 - Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from Contractor Performance Assessment Rating System (CPARS) and other sources, such as past performance questionnaires. Offerors will be evaluated based on past performance with Government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. The evaluation of past performance will be based on information provided through CPARS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. Factor 4 - Capacity: Firms must demonstrate their ability to meet schedule, scope and budget of multiple projects simultaneously for an IDIQ by providing appropriate teams or crews to perform those tasks such as surveying, data collection and design effort. Factor 5 - Knowledge of the Locality: Firms must demonstrate specific knowledge of the Letterkenny Army Depot, Chambersburg, PA local conditions or project site features such as geological features, climatic conditions, local construction methods, agency coordination and local laws and regulations and/or USACE NAD Area of Responsibility. Factor 6 - Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organization chart and briefly address; management approach, team organization, professional registration, quality control procedures, cost controls, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Note: Failure to address each of the aforementioned criteria may be reason for non- advancement. Secondary Selection Criteria for the Awards Factor 1 - The Small Business Participation Plan (SBPP) will be a secondary criterion and will be evaluated in accordance EP-715-1-7. The extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), HUBZONE, SDVOSBs, Veteran Owned Business (VOSB) and Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, WOSB, SDVSOB, VOSB, HUBZONE, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. As a secondary criterion, this will not be applied by a pre-selection board, and will only be used by a selection board as a "tie-breaker," if necessary, in ranking the most highly qualified firms. All A/E firms responding to the synopsis shall be required to submit a separate SBPP proposing participation goals using their best effort. Factor 2 - Geographic Proximity: Firms will be evaluated on their location with respect to the Letterkenny Army Depot in Chambersburg, PA. 4. SUBMISSION REQUIREMENTS: Interested firms having commensurate capabilities to perform this work must submit the SF 330 for the prime and joint venture(s). The SF 330 must be submitted for each consultant to the address below, no later than12:00PM Eastern Time, 24 April 2017. Submit responses to the attention of Ms. Kathy Brown, at U.S. Army Corps of Engineers, Baltimore District, Contracting Division-Room 7000, 10 South Howard Street, Baltimore, MD 21201. Four (4) copies of the SF 330 submissions are required. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 11 point. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different Central Contractor Registration (CCR) records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. This synopsis constitutes public notice as outlined by FAR Part 5.2; no additional public advertisement will be issued. No additional project information will be given to firms during the announcement period. This notice is a request for SF330 submittals, per details stated within, and is not a request for a price proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-D-0016/listing.html)
 
Place of Performance
Address: Letterkenny Army Depot (LEAD), Chamberburg, PA, Chamberburg, Pennsylvania, 17201, United States
Zip Code: 17201
 
Record
SN04443784-W 20170324/170322234702-5d13b48edfca762d2c81bb897d273ffc (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.