Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
MODIFICATION

C -- Architect/Engineer Services for Technical Support Services for Center of Standardization for Non-Permanent Facilities Projects within the USACE Transatlantic Middle East District Mission Boundaries

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR18R0001
 
Point of Contact
Magdalena Bernard, Phone: 5023156215
 
E-Mail Address
magdalena.bernard@usace.army.mil
(magdalena.bernard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses. The proposed services, which will be obtained by negotiated firm fixed price contracts, are for a variety of architect/engineer (A/E) design services to support the Transatlantic Middle East District Center of Standardization for Non-Permanent Facilities in support of USACE and their customers. Projects outside the primary mission area of responsibility may be added at the government's discretion upon agreement of the A/E firm on an as needed basis. One (1) Indefinite Delivery/Indefinite Quantity contract will be awarded. The maximum cumulative contract value for the contract is $40,000,000. The contract period is for a base year and up to four (4) one-year options. Projects will be awarded by individual task orders. Secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which contractor will be selected to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, and uniquely specialized experience. Significant emphasis will be placed on the A/E's quality control procedures, as the district will perform the quality assurance role only. Estimated start date is January 2018. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for A/E services. 2. PROJECT SPECIFIC INFORMATION: The following are major work elements that would be included in this requirement. These lists are not all encompassing. Provide facilitation services, technical support, maintenance and design of non-permanent facilities for the Government. Perform studies and develop contingency designs for temporary and semi-permanent facilities. Develop, convert and revise drawings, bill of materials (BOM), Labor and Equipment Estimates (LEE) and construction process management estimates for a variety of facilities and installations in contingency operations. Analysis of Theater of Operations (TO) Army Construction and facility requirements and preparation of criteria and plans for updating CoS standard facilities to satisfy those requirements. 3: SELECTION CRITERIA: Selection criteria in descending order of importance are listed below. "a" through "d" are primary, and "e" is secondary. a) Professional Qualifications: The government's evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm. b) Specialized Experience and Technical Competence: The government's evaluation of Specialized Experience and Technical Competency will consider example projects in the SF330 Section F which include Specialized Experience and Technical Competencies below. The government will also consider the same Specialized Experience and Technical Competencies of individual team members in SF330 Section E. 1.Non-Permanent Facility Design and Supporting Data Development. Development of drawings, Bill of Materials, Labor and Equipment Estimates, construction schedules, 3-D models, 3-D Animations and construction process management estimates for facilities and installations in Army contingency operations. 2. Maintenance of a Facility Design Library. Provide maintenance of an existing Design Library, including evaluation of existing elements of the library against newly-approved construction materials and/or technologies, and expanding the library as necessary to add new elements. c) Capacity: The government's evaluation of the offeror's capacity narrative included in the Design Quality Management Plan in SF330 Section H will consider the offeror's ability to complete the work in the required time with the understanding that this contract may require multiple design teams to work multiple task orders at various locations simultaneously. d) Past Performance: Past performance of the A-E, joint venture partners, and key subcontractors on Department of Defense (DoD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from Past Performance Information Retrieval System (PPIRS) and other sources. e) Volume of Contract Awards in the last 12 months. 4.) SUBMISSION REQUIREMENTS: Offerors must submit four (4) hard copies and one (1) electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Additional instructions and clarifications for SF330: SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be "dual-hatted." Offerors shall provide individual resumes for a minimum of three (3) personnel in SF330 Section E for each of the individuals listed below in lines 1 through 8. Individuals included in SF330 Section E must possess the certifications and/or registrations listed below and must have performed in their respective role (i.e. project manager, architect designer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation. The individual's experience for the amount of time listed below applies to experience related to the position described and can include years working prior to registration/licensure/certification. For each discipline listed below, offerors shall designate a Lead, who will be a Registered Professional in their field, with a minimum of 10 years of experience. The other two (2) individuals in each discipline shall be designated as Designers, and shall have a minimum of five (5) years of experience. All individuals shall have an ABET-accredited college degree in their field or a technical field related to architecture or engineering. The evaluation will consider education, certifications, registration, and overall and relevant experience. Additional consideration will be given to proposals offering additional professional registrations within their team, for significant experience beyond what is requested. And for professionals with graduate degrees 1. Project Manager (can be an Architect or Engineer) 2. Architect 3. Civil Engineer 4. Fire Protection Engineer 5. Mechanical Engineer 6. Electrical Engineer 7. Structural Engineer 8. Cost Engineer, certified as either a Certified Cost Engineer (CCE), or Certified Cost Consultant (CCC) SF330 Section F: For all projects included in SF330 Section F, all must be substantially complete. Projects must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, and key subcontractors. The Offeror shall submit a maximum of ten (10) projects in total; all ten (10) projects must be completed within the last five years, from the date of this solicitation, in the types of projects specifically indicated above in paragraph 2, PROJECT SPECIFIC INFORMATION. Additional consideration will be given for having at least one of each of the three (3) project types listed in paragraph 3 (b) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. Project descriptions should show explicit experience pertinent to this announcement. If more than ten (10) projects are submitted, only the first ten (10) 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 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. SF330 Section H: In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330. In SF330 Section H, each offeror shall present a Design Quality Management Plan including an explanation of the firm's management approach; management of sub-consultants (if applicable); quality control procedures; procedures to insure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub-consultants). The Design Quality Management Plan shall also include a Capacity Narrative describing the offeror's ability to complete the work with available resources. Also in Block H indicate the estimated percentages involvement of each firm on the proposed team or describe the type of work and roles the prime and subcontractors will perform under this contract. It is the responsibility of the Prime Contractor to comply with FAR 19.508(e) and 52.219-14. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime firm. The 50% self-performing requirement will be based on the contract as a whole. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 1:00 p.m. local time on 06 October 2017. No other general notification to firms under consideration for this project will be made. 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. To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Magdalena Bernard 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202. Contracting Office Address: USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202 Place of Performance: USACE District, Transatlantic Middle East, 201 Prince Frederick Drive, Winchester, VA 22601 Point of Contact(s): Magdalena Bernard @ 502-315-6215; magdalena.bernard@usace.army.mil USACE District, Louisville PROJNET INSTRUCTIONS OFFEROR'S QUESTIONS AND COMMENTS Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.ProjNet.org/ProjNet. As noted below, offerors shall not submit their proposals via ProjNet. Offerors shall submit their proposals in accordance with the provisions stated in the solicitation. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. The Solicitation Number is: W912QR18R0001 The Bidder Inquiry Key is: RYEGP9-BHRFUD Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Select Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. From this page you may view all bidder inquiries or add an inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids/proposals. NOTES: 1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation. 2. Government responses to technical inquiries and questions relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the solicitation governs. Any changes or revisions to the solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary. 3. The ability to enter technical inquiries and questions relating to proposal procedures or bonds will be disabled five (5) business days prior to the closing date stated in the solicitation. No Government responses will be entered into the ProjNet system within two (2) business days prior to the closing date stated in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18R0001/listing.html)
 
Place of Performance
Address: Virginia, United States
 
Record
SN04680970-W 20170917/170915232359-d0a04f418db74e0e93d26ffd72ace70b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.