Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

C -- Multi-Discipline AE Services for JRCF

Notice Date
6/13/2017
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-17-R-0039
 
Archive Date
7/29/2017
 
Point of Contact
Debbie Knickerbocker, Phone: 206-764-6804, Michael Miyagi, Phone: 206-764-3266
 
E-Mail Address
debbie.a.knickerbocker@usace.army.mil, michael.m.miyagi2@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, michael.m.miyagi2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582 (the Brooks Act) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The A-E services include preparation of a request for proposals (RFP) for contracting of a design-build (D/B) construction project, including A-E pre-construction investigations and services; development of design drawings, specifications and design analysis to a nominal 35% level of completion; and continuing support through award of the D/B construction contract. Follow-on A-E services during the D/B design and construction phases are also included in the A-E scope of work. The Government intends to negotiate and award one unrestricted A-E contract, with full and open competition, for execution of the project on a Firm, Fixed-Price (FFP) basis. The period of performance is estimated to be three years (base period of one year, with one option period of two years). The North American Industrial Classification System (NAICS) code for this procurement is 541310, Architectural Services. This announcement is open to all business concerns, regardless of size. For the purposes of this procurement, a concern is considered a small business if its annual gross receipts are $15 million or less. The wages and benefits of service employees (see FAR 22.10) performing work under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of work). To be eligible for contract award, a firm be registered in the System for Award Management (SAM). For information in regard to opening a SAM account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. 2. PROJECT INFORMATION: The JRCF is a FY2018 Military Construction, Army (MCA) project, which was assigned to USACE on 15 December 2015. The JRCF is replacing the existing confinement facility at JBLM with new facilities meeting Army Corrections System (ACS) Level II (pretrial confinement and minimum/medium security) criteria and complying with American Corrections Association (ACA) standards, Army policy, Department of Defense criteria, Executive Orders, and other applicable laws and regulations. Facilities include the confinement facility (capacity 150 prisoners), vocational facilities, site and utility improvements, integrated perimeter security connected to the existing JBLM integrated commercial intrusion detection system (ICIDS), energy monitoring and control systems (EMCS), mass notification system, fire alarm and protection system, and other electronic security and detection systems. A-E design services are required to support USACE by preparing a request for proposals (RFP) for contracting a design-build (D/B) construction project, including A-E pre-construction investigations and services; development of design drawings, specifications and design analysis to a nominal 35% level of completion; and continuing through award of the D/B construction contract. A-E services during the D/B design and construction phases are also included in the scope of work. The DD Form 1391 for the JRCF has a programmed amount of $66,000,000 ($66.0M), and a contract cost limitation (CCL) of $57.4M. 3. SELECTION CRITERIA: Selection of the most highly qualified A-E firm will be based on the following primary criteria, listed in descending order of importance, first by major criterion and then by each sub-criterion, if applicable. Additional consideration will be given for experience and qualifications by the Prime/Joint Venture (JV) A-E firm. Criteria A through E are primary and will be evaluated for all offerors. Criteria F, G, and H are secondary criteria and will only be used as ‘tie-breakers' among firms that are technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. (A) PRIMARY CRITERION A - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the Prime/JV firm in a broad range of military and non-DoD projects: 1. Prime/JV experience in team integration and management of specialty A-E subconsultants to deliver unique military projects of similar scale and complexity to the Joint Regional Confinement Facility. 2. Army-specific design/build (D/B) request for proposal (RFP) preparation experience and successful support of D/B project delivery as the Government's technical resource. 3. Experience with confinement facility-related specialties, such as electronic security and detention systems; institutional food service, supply and distribution systems; and anti-terrorism/force protection and confinement standards. Additional considerations: • Projects in which the Prime/JV and its team subconsultants had significant prime/subconsultant roles and demonstrated prior project experience working together may be evaluated more favorably for this criterion. • Projects completed on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be evaluated more favorably for this criterion. • Projects that included building information modeling, underground utilities information modeling, and sustainability may also be evaluated more favorably for this criterion. Firms will be evaluated for experience and competence. The basis of the evaluation will be the information in Sections F, G, and Part II - General Qualifications of the SF330. A maximum of ten (10) projects completed by the Prime/JV and teaming partners no more than 5 years prior to submission shall be shown in Section F. For the up to ten projects submitted in Section F of the SF 330, a "project" is defined as work performed at one site or at a single installation. An Indefinite Delivery Contract (IDC) is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site or installation. Project descriptions shall clearly state extent of work performed by the team, extent of work completed, and dates of completion. If the offeror provides a specific task order as its "project," it shall provide the base contract number(s) and the task order number(s) for reference purposes. If the offeror provides a site-specific contract as its "project," it shall provide the contract number for reference purposes. If the offeror provides more than 10 example projects, only the first 10 examples will be evaluated. (B) PRIMARY CRITERION B - PROFESSIONAL QUALIFICATIONS of a Prime/JV's staff and team consultants to be assigned to this contract. The education, training, professional registration, proposed job title, overall and relevant military and non-DoD design experience, longevity with the firm, and experience of key personnel will be considered. This criterion is primarily concerned with the qualifications of the key personnel identified by the A-E and not the number of personnel, which is addressed under Criterion D - Capacity. Having key personnel employed by the Prime/JV may be evaluated more favorably for this criteria. Responding firms should demonstrate the professional qualifications of their staff in key disciplines: • Key professional disciplines are identified below by description and function code (fc): - Descriptions by fc correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions; where a function code does not exist, the requirement is described by the Government. - Identify key personnel proposed by fc in Sections E, G, and H of the SF330. - List professional registrations or certifications, if applicable, for the key disciplines; professional registration is required for disciplines (1) through (10), with the exception that nationally-recognized cost engineering certifications are acceptable for (7) Cost Engineers, and LEED certifications are required for (9) Sustainable Design. • Key professional disciplines required, listed in descending order of importance: (1) Project Managers (fc 48); (2) Quality Control Managers (no fc; self-identify QC role(s), qualifications, and specific staff); (3) Architects (fc 06); (4) Civil Engineers (fc 12) and Structural Engineers (fc 57); (5) Electrical Engineers (fc 21), (6) Mechanical Engineers (fc 42); (7) Cost Engineers (fc 18); (8) Fire Protection Engineers (fc 25); (9) Sustainable Design (no fc; LEED certification required, self-identify sustainable design roles and specific staff); and (10) Communications Engineers (fc 13). • Responses must be coordinated with Part II, subpart 9, "Employees by Discipline". The basis of the evaluation will be the information in Sections E, G, and H of the SF330. (C) PRIMARY CRITERION C - PAST PERFORMANCE on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. Evaluations used for source selection purposes are obtained from the Past Performance Information Retrieval System (PPIRS). Contractor Performance Assessment Reports System (CPARS) ratings are the primary source of information on past performance. PPIRS will be queried for all firms submitting an SF330. Each project in Section F of the SF330 shall include project owner's contact information. If deemed appropriate by the Selection Board (Board), performance evaluations for significant team subcontractors will also be considered. The Board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm, if none is available from PPIRS. The board will first consider the relevancy of each performance evaluation on A-E services contracts to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. Past performance ratings for projects completed on a military installation and those requiring anti­terrorism/force protection (AT/FP) criteria knowledge are considered more relevant. The board will then rate the confidence of the firm based on the ratings of its past performance, with an emphasis on quality of work, cost control, compliance with performance schedules, and the extent to which past projects were performed by proposed key personnel. The end result will be a combined relevancy/confidence rating (e.g., Relevant/Substantial Confidence). Where no recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the offeror will not be evaluated favorably or unfavorably on the factor of past performance. (D) PRIMARY CRITERION D - CAPACITY of key disciplines. The board will consider available capacity of key disciplines identified above (Criterion B) of the Prime/JV and its team consultants to perform work in the required time. The basis of the evaluation will be the information in Section H (e.g., a table summary of (1) Prime/JV and (2) total team capacity for each key discipline) and Part II of the SF330. Function code (fc) and descriptions must correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions. Where a function code does not exist, the requirement is described by the Government. Responses must be coordinated with Part II, subpart 9, "Employees by Discipline". (E) PRIMARY CRITERION E - KNOWLEDGE OF THE LOCALITY. The board will evaluate the Prime/JV and team's familiarity with local conditions, specifically demonstrating (1) knowledge and experience dealing with geological features, and (2) the state/ local regulatory agencies at JBLM. The basis of the evaluation will be the information in Section H of the SF330. (F) SECONDARY CRITERION F - EXTENT OF SMALL BUSINESS PARTICIPATION measured as a percentage of the total estimated effort. Large Businesses must include Small Business Participation, including the following: • Small Business • Small Disadvantaged Business • Women-Owned Small Business • HUBZone Small Business • Service-Disabled Veteran-Owned Small Business • Veteran-Owned Small Business The basis of the evaluation will be the information in Section H of the SF330. (G) SECONDARY CRITERION G - GEOGRAPHICAL PROXIMITY of office to JBLM as measured in miles of driving distance. The basis of the evaluation will be the information in Section H of the SF330. (H) SECONDARY CRITERION H - VOLUME OF DoD A-E CONTRACT AWARDS in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates, and total negotiated fees for any DoD A-E contract(s) awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. The basis of the evaluation will be the information in Section H of the SF330. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) original plus three (3) copies and one (1) CD or DVD with searchable Adobe PDF files of one SF330 (08/2016 edition, unless otherwise indicated) for the Prime firm that includes all team consultants. Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections B and C. The SF330 shall have a total page limitation of 80 printed pages with Section H limited to fifteen (15) pages, and Part II is excluded from the 80 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages if printed on one side, and four (4) pages if printed on both sides. For all SF330 sections, use no smaller than 11 pt. font. Submittals must be mailed or delivered to the following address not later than July 14, 2017, 2:00 pm Pacific Time (no faxed or other electronic submittals will be accepted): EMAIL: Emailed Proposal will NOT be accepted. FAX: Faxed Proposal will NOT be accepted. FED-EX/UPS: Debbie Knickerbocker, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTA) 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385 Note: Commercial Carriers will not deliver to PO Boxes. MAIL: Debbie Knickerbocker, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTA) PO Box 3755 Seattle, WA 98124-3755 HAND DELIVERY: Debbie Knickerbocker, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTA) 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385 The method of Hand Delivery has changed and takes longer than the previous method of arriving at the Federal Center South building (#1201) lobby to deliver your SF330. Please allow sufficient time for heightened security at Government installations and to get to our new location in Oxbow Building #1202. Allow time to park, pass through a metal detector, sign in, and receive a building pass at the Federal Center South Building (#1201). From there, you will be directed to the new USACE Oxbow Building (#1202) which sits behind the Federal Center South Building (#1201). Report to the Security Desk in the lobby of the USACE Oxbow Building and call Sonia Frees, Procurement Technician, at 206-764-3516. A Contracting representative will come down and accept your SF330. Submit all questions, in writing only, to Debbie Knickerbocker (Contract Specialist) at debbie.a.knickerbocker@usace.army.mil. Questions must be submitted no later than July 7, 2017 and must contain the solicitation number in the subject line of the e-mail. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-17-R-0039/listing.html)
 
Place of Performance
Address: Joint Base Lewis McChord, 2140 Liggett Avenue, JBLM, WA 98433, JBLM is located 9.1 miles southwest of Tacoma, WA, Tacoma, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04543087-W 20170615/170613235207-bad2da090e76c9504eeec6aca4e71802 (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.