Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
MODIFICATION

C -- Architect/Engineer services for Nationwide Air Force Reserve projects, and other military projects primarily within the Great Lakes and Ohio River Division mission boundaries

Notice Date
10/11/2017
 
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
W912QR17R0067
 
Archive Date
11/8/2017
 
Point of Contact
April C. Judd,
 
E-Mail Address
april.c.judd@usace.army.mil
(april.c.judd@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: Architect/Engineer services for Nationwide Air Force Reserve projects, and other military projects primarily within the Great Lakes and Ohio River Division mission boundaries. The Louisville District Air Force Reserve mission is nationwide, including Puerto Rico and Hawaii Description: 1.) SYNOPSIS: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services primarily for Air Force Reserve projects nationwide (including Hawaii, Puerto Rico, Guam, and American Samoa). Projects outside the primary mission area may be added at the Government's discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The maximum cumulative contract value for the total contract is $9,000,000. This is a five year contract, with no option years. The estimated construction cost per project is between approximately $3,000,000 and $50,000,000. Up to five firms will be selected, the top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second, and so on. Award of all contracts will be made within nine (9) months after award of the first contract provided there is sufficient workload. If necessary, secondary selection criteria will be used as a tiebreaker between Offerors considered as technically equal. Once selected, the following factors will be used in deciding which selected Offeror will be utilized for task orders: past performance, quality of deliverables, capacity to accomplish the work in the required time, and uniquely specialized experience. Estimated start date is March 2018. As a contract specifically procured by the Louisville District for the Air Force Reserve, the selected firms and relevant sub-consultants will be required to attend one two-day partnering workshop within 12 months of the award of the IDIQ contract. This workshop will require the attendance of representatives from project management, architecture, engineering and interior design disciplines to define the Government's expectations of the offeror, create a positive working atmosphere, encourage open communication, and to identify common goals. Cost for these sessions will be borne by the selected offeror. In accordance with FAR 36.604 and the 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 Architect-Engineer Services. 2.) PROJECT INFORMATION: The selected offeror will be solely responsible for the designs that they produce, and will become the designer of record or Design-Build RFP preparer for each individual project on their contract. Projects may consist of military projects for the Air Force Reserve and other military customers of USACE Louisville District. Project task orders under this indefinite delivery/indefinite quantity contract may include some or all of the following types of building structures: training centers (which include administration, education, assembly, storage, special training and other support spaces); maintenance shops (which include work bays, administration, special training, storage and support spaces); stand-alone buildings (which include administration facilities, unheated storage, and direct support/general support warehouses/physical fitness centers/lodging facilities); hangars; indoor firing ranges; and other structures unique to Air Force Reserve facilities and military installations. A/E services may consist of the following activities: preparation of construction solicitations for design-bid-build (complete design) projects and design build RFP's (request for proposal); concept level designs and engineering feasibility studies; military master planning; site investigation/assessment of existing conditions; value engineering services; engineering services during construction (shop drawing review, site inspection, etc.); design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; LEED Certification, sustainable design; construction cost estimates and schedules; technical studies/analysis in support of design for new construction and renovation; and comprehensive planning that is related to future construction requirements on military installations. Additional A/E support services may include: civil site design; geotechnical studies; design for the renovation of existing facilities; interior design services; environmental compliance; National Environmental Policy Act documentation; controlled waste and flammable storage design; asbestos, lead and PCB surveys and/or abatement; and utility investigations. Other A/E services beyond traditional design may include: site selection; American Land Title Association surveys; deed and title services; DD form 1391 development; facility assessments; updating Standard Design Criteria; development of standard designs and value engineering workshops. Construction cost estimating will be accomplished for all design projects using the current generation and version of Micro-Computer Aided Cost Estimating System (MII) software (software and database is available from the Government for a nominal fee). Unless otherwise specified, designs shall be performed using BIM technology, which utilizes computer aided design (CAD) technology with information loaded within three dimensional models. The A/E firm is responsible for the training and associated training costs for both primary and back-up BIM team members. Disciplines required for BIM are architecture, interior design, structural, mechanical, electrical, and cost estimating. BIM products will be produced in the current version of either the AECOSIM or Revit as specified in each task order. Traditional CAD deliverables, if required for individual task orders, shall include Microstation (.dgn) or AutoCAD (.dwg) files as specified in each task order. 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. Additional consideration will be given to offerors who provide individual team members who possess a current LEED BD+C credential, and additional consideration will be given to offerors who provide a BIM manager with a bachelor's or master's degree in architecture, engineering or construction management. ***Amendment 001*** Additional consideration will be given to offerors who provide environmental engineers with a professional engineering (PE) registration or Certified Industrial Hygienist (CIH) certification. ***Amendment #001*** b. Specialized Experience and Technical Competence: The government's evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F which include the Specialized Experience and Technical Competencies below. The Government also will consider the same Specialized Experience and Technical Competencies of individual team members in SF330 Section E as indicated in the brackets below. 1. Use of Building Information Modeling (BIM) [BIM Manager, Architect, Mechanical Engineer] 2. Use of USACE CADBIM Policies and Procedures 3. Design/Build project design methodology [Project Manager, Architect Designer, Mechanical Designer, Electrical Designer] 4. Sustainable design [Mechanical Designer/Checker, Electrical Designer/Checker, Architect Designer/Checker] 5. Design of anti-terrorism and force protection (AFTP) measures [Structural Designer, Mechanical Designer, Electrical Designer, Civil Designer, Architect Designer] 6. Construction cost estimating using MCACES MII [Cost Estimator] 7. Performance of design charrettes [Project Manager] 8. Use of SpecsIntact [Mechanical Designer, Electrical Designer, Structural Designer, Civil Designer and Architect Designer] 9. Facilitation of Value Engineering studies in accordance with SAVE 10. Successful demonstration of developing effective phased construction schedules in the design of a large renovation project (Greater than $20M) [Project Manager, Architect] 11. Seismic Design and Progressive Collapse Design [Architect Designer, Structural Designer/Checker] 12. ***Amendment #001*** Architectural Barriers Act (ABA) Designer Experience [Architect Designer and Interior Designer]***Amendment #001*** The government will also consider prior experience between design team members working on the same project included in SF330 Section G. Additional consideration will be given to offerors who provide a Design Quality Management Plan in SF330 Section H that demonstrates a clear understanding of USACE quality management policies and that details quality management activities that will be used in addition to those required by USACE policy. 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: The government's evaluation of past performance will consider the offeror's ability to design projects within funding limitations, comply with performance schedules, provide high quality design products, achieve required LEED Certifications, and minimize cost and time growth of the project during construction. e. Small Business Participation: The government's evaluation of the offeror's Small Business Participation plan will consider level of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members. 4.) SUBMISSION REQUIREMENTS: Offerors must submit one (1) hard copy 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. **Please no thumb drives will be accepted for the electronic copy of the proposal. Security protocols on government computers do not allow thumb drives to be read. ** 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. Dividers, bindings and cover sheets do not count against the total page count of the response to the RFP. 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. Offerors can submit a folded 11" x 17" organizational chart as part of their submission. This will be considered only one page of their submission. 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 in SF330 Section E for each of the individuals listed below in lines 1 through 30. Individuals included in SF330 Section E must possess the certifications and 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 for the amount of time listed below. The Additional resumes beyond the numbers identified in the below listing will not be evaluated. 1. Project Manager, Registered Architect or Professional Engineer, 10 Years 2. Project Manager, Registered Architect or Professional Engineer, 10 Years 3. Architect Designer, Registered Architect, 10 Years 4. Architect Designer, Registered Architect, 10 Years 5. Architect Checker, Registered Architect, 10 Years 6. Civil Engineer Designer, Registered Professional Engineer, 10 Years 7. Civil Engineer Designer, Registered Professional Engineer, 10 Years 8. Civil Engineer Checker, Registered Professional Engineer, 10 Years 9. Structural Engineer Designer, Registered Professional Engineer, 10 Years 10. Structural Engineer Designer, Registered Professional Engineer, 10 Years 11. Structural Engineer Checker, Registered Professional Engineer, 10 Years 12. Mechanical Engineer Designer, Registered Professional Engineer, 10 Years 13. Mechanical Engineer Designer, Registered Professional Engineer, 10 Years 14. Mechanical Engineer Checker, Registered Professional Engineer, 10 Years 15. Electrical Engineer Designer, Registered Professional Engineer, 10 Years 16. Electrical Engineer Designer, Registered Professional Engineer, 10 Years 17. Electrical Engineer Checker, Registered Professional Engineer, 10 Years 18. Geotechnical Engineering Designer, Registered Professional Engineer, 10 Years 19. Geotechnical Engineering Checker, Registered Professional Engineer, 10 Years 20. Interior Designer, certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design, 10 years 21. Interior Designer Checker, certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design, 10 years 22. Environmental Engineering Designer, No certification required, 10 years 23. Environmental Engineering Checker, No certification required, 10 years 24. Registered Communication Distribution Design (RCDD), Designer, 10 years 25. Registered Communication Distribution Design (RCDD), Checker, 10 years 26. Landscape Architect, Registered Landscape Architect, 10 years 27. Cost Engineer: Certified Cost Engineer (CCE), Certified Cost Consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering), 10 Years 28. BIM Manager, No Certification Required, 3 Years 29. Registered Fire Protection Engineer, 5 years 30. Certified Value Specialist, 10 Years SF330 Section F: For all projects included in SF330 Section F, construction must be substantially complete within the last 5 years. ***Amendment #001*** Substantially complete is defined as when the project and /or facility can be used for its intended purpose. ***Amendment #001*** Of the up to ten projects included in SF330 Section F, a minimum two of the projects must be design/build request for proposal preparation by the offeror and minimum of two must be fully designed by the offeror. An IDIQ contract may be provided as a single project but must include a narrative describing the project requirements for specific task orders under the IDIQ contract. 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 (for plans, specification, design analysis and electronic documents); 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 multiple projects simultaneously with available resources. In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. The number of pages of the Small Disadvantaged Business Plan do not count against the total page count for the response to the RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a table with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% Participation'). Release of firm status will occur within 10 days after approval of any selection. ***Amendment #001*** All responses on SF 330 to this announcement must be received no later than 4:00 p.m. local time on 24-Oct-2017. ***Amendment #001*** 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: April Judd 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 Point of Contact(s): April Judd; April.C.Judd@usace.army.mil USACE District, Louisville 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: W912QR17R0067 The Bidder Inquiry Key is: FT2B76-286J88 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. The ability to enter technical inquiries and questions relating to proposal procedures or bonds will be disabled five (5) days prior to the closing date stated in the solicitation. No Government responses will be entered into the ProjNet system within two (2) days prior to the closing date stated in the solicitation. Attachment 1: Past Performance Questionnaire (PPQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR17R0067/listing.html)
 
Record
SN04710849-W 20171013/171011231051-8b93b58f4b37ecb09e9d8a575381487e (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.