Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
SOURCES SOUGHT

C -- DESIGN BUILD Renovate Building 592 Grissom ARB, IN - Drawings and Specs - Sources Sought Announcement and Forms - Sources Sought Notice and Forms

Notice Date
11/30/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 434th Operational Contracting Office, 448 Mustang Ave, Grissom ARB, Indiana, 46971-5320
 
ZIP Code
46971-5320
 
Solicitation Number
F5D3127145A001
 
Point of Contact
Don A. Roque, Phone: 765 688-2807, Michelle R. Long, Phone: 7656882826
 
E-Mail Address
don.roque.1@us.af.mil, michelle.long.3@us.af.mil
(don.roque.1@us.af.mil, michelle.long.3@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
SF 330 Sources Sought Announcement and Forms Photos Grissom ARB Standards Statement of Work Drawings THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The U.S. Air Force Reserve Command (Government) is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project Number CTGB 15-2017 DESIGN-BUILD Repair Building 592 aboard Grissom Air Reserve Base, IN. This Project will include but are not limited to providing all material, labor, equipment, design, and supervision required at Building 592 to repair exterior and interior surfaces, remove AFFF system and components, install fire alarm, mass notification, sprinkler system, upgrade exterior and interior lights to LED, upgrade boiler, update and recommission HVAC controls, and comply with force protection requirements. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 Engineering Services and small business size standard of $15.0 Million. Magnitude of Construction is between $1,000,000.00 and $5,000,000.00. This is a 100% Woman-Owned Small Business (WOSB) Set Aside. Potential contractors must be registered in SAM ( www.sam.gov ) in order to be considered for an award. As a prospective offeror or bidder for this WOSB set aside, you are verifying your company meets the status requirements of a WOSB concern as established by Code of Federal Regulations (CFR) 13 C.F.R. § 125.6. LOCATION This Project will design and perform services to repair Building 592 at Grissom Air Reserve Base, IN 46971. COST RANGE Estimated Design-Build Cost Range: Between $1,000,000.00 and $5,000,000.00. TYPE OF CONTRACT CONTEMPLATED The Government intends to award a firm fixed price contract. PERIOD OF PERFORMANCE 365 days commencing with Notice to Proceed issuance. SELECTION CRITERIA This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6 Architect-Engineering (AE) services. The Brooks Act directs by law that U.S. Government agencies select engineering and architecture firms based upon their competency, qualifications and experience. Selection Criteria Weighting Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 30% Examples of specialized experience and technical competence in various disciplines required for specific project. 20% Capacity to Accomplish the work in the required time 10% Past experience and performance on government contracts. 15% Proximity of firm or working office providing professional services to the facility. 10% Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness. 10% Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 5% Total 100% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. •(1) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; •(2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials." •(3) CAPACITY This factor evaluates ability of the AE Structural firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. • i. List current projects with a design fee of greater than $20,000 being designed in the firms' office. • ii. Indicate the firms' present workload and the availability • ii. of the project team (including sub-consultants) for the specified contract performance period; • iii. describe experience in successfully delivering projects per • iii. performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; •(4) PAST PERFORMANCE GOVERNMENT will evaluate past performance on recent and relevant contracts with government agencies (emphasis on Government work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). • i. Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. • ii. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. • iii. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: •i. Submit a minimal of three (3) references; any of the following evaluations are acceptable: •a. A-E Contractor Appraisal Support System (ACASS), •b. Contractor Performance Assessment Report System (CPARS), or •c. Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. •ii. If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. •iii. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference's request, questionnaires may be submitted directly to the Governments point of contact, Don Roque via email at don.roque.1@us.af.mil prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations shall be attached to the SF330, behind the SF330 Part II document. •(5) LOCATION •iv. The A/E Firm proximity to Grissom Air Reserve Base, IN 46971 is an evaluation criteria. v. This distance is determined according to http://maps.google.com/ vi. This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. •(6) ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA. SUBMISSION REQUIREMENTS Qualified Woman-Owned Small Business firms are required to submit One (1) hard copy of the SF 330 (which can be downloaded from ( www.gsa.gov/forms ) and One (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than Friday 5 January 2018 at 2:00pm Eastern Standard Time, including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of: Don Roque 434th Operational Contracting Office 1900 W. Mustang Ave - Building 448 Grissom Air Reserve Base, IN 46971 The submission must include an insert detailing the following information: 1. CAGE code; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms verification as a Woman-Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to don.roque.1@ us.af.mil; telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ATTACHMENT 1 - PAST PERFORMANCE QUESTIONNAIRE AND COVER LETTER Complete one set of letters and forms for at least three projects identified in your firm's Section F of the SF 330, which will best illustrate proposed team's qualifications for this contract. Additional space or blank sheets may be added to answer any question. Transmittal letter to accompany Past Performance Questionnaire FROM: [Insert Company Official Name, Title, and Company Name] SUBJECT: Past Performance Questionnaire for Contract(s): [Insert Company Name] is currently responding to the 434 Operational Contracting Office at Grissom Air Reserve Base, IN request for SF 330, Architect-Engineer Qualifications for "Project Number: CTGB 152017 DESIGN-BUILD Repair Building 592". This Request for SF 330's requires respondents to identify customers and solicit their response regarding [Insert Company Name] performance. [Insert Company Name] is providing past performance data to the 434 Operational Contracting Office at Grissom Air Reserve Base, IN relating to our performance on contract [Insert contract name/number] and have identified [Insert name of reference] as the point of contact for this contract. The request for SF 330 instructs that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it by Friday 5 January 2018 at 2:00pm Eastern Standard Time directly to the 434 th Operational Contracting Office, Contracting Officer. The requested data may be submitted by mail or email to the government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail. Don Roque Contracting Officer 434 th Operational Contracting Office (434 CONF/LGC) 1900 W. Mustang Ave Grissom Air Reserve Base, IN 46971 Email: don.roque.1@us.af.mil The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any questions about the acquisition or the attached questionnaire to the point of contact identified above. Thank you, [Insert Company Official Name and Title] A. GENERAL INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: ________________________ Telephone: __________________________ Address: __________________________ Email address: ________________________ __________________________ Point of Contact: ______________________ __________________________ __________________________ Firm Cage Code: ____________________ Firm Tax ID Number: ________________ Firm DUNS Number: ________________ Project Title: _____________________________________ Description of Project: __________________________________________________________ _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Description of A-E Firms' Responsibilities:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Contract Number: ______________________ Dollar Amount: ______________________ Contract Period of Performance: _______________________ The A-E Firm performed as the o Prime Contractor o Sub- Contractor/Consultant/Team Member Percent of work performed by A-E Firm: Other (Please describe) __________________ B. EVALUATOR INFORMATION : Evaluator's Company or Agency Name: ____________________________ Evaluator's Name: _____________________ Address: __________________________ Title of Evaluator: _____________________ __________________________ Telephone: __________________________ __________________________ E-mail: ______________________________ __________________________ C. SEND COMPLETED QUESTIONAIRE (SECTIONS B through D) TO : Don Roque Contracting Officer 434 th Operational Contracting Office (434 CONF/LGC) 1900 W. Mustang Ave Grissom Air Reserve Base, IN 46971 Email: don.roque.1@us.af.mil D. PERFORMANCE INFORMATION : Choose the appropriate rating that most accurately describes the A/E's performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Marginal or Unsatisfactory on page 7 under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or met contractual requirements and exceeds or exceeded many of your company's expectations. The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company's expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions. -Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor's corrective actions appear ineffective or were ineffective. -Not applicable or rater has not observed performance in this area. A-E FIRM'S NAME: _______________ PROJECT NAME: _______________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. Place an "X" in the appropriate column using the definitions matrix on page 4. Item FACTORS TO BE RATED Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A Design Services: 1. Overall skill level and technical competence of A/E's personnel. 2. A/E's ability to identify and resolve design issues expeditiously. 3. A/E's responsiveness to design review questions. 4. A/E's ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5. A/E's effectiveness and responsiveness in interfacing with the Client's staff 6. Overall accuracy, completeness and coordination of final design documents. (Quality) 7. A/E's ability to provide detailed, accurate cost estimates. 8. A/E's ability to meet contract schedule. Follow-On Construction Support Services: 9. Thoroughness and timely review of construction submittals. 10. Timely resolution of construction design issues. 11. Overall quality, responsiveness and timeliness of A/E follow-on construction support services. LEED (If Applicable): 12. Overall accuracy, completeness, timeliness and coordination of LEED documentation. 13. A/E's ability and understanding of the overall LEED process. BIM (If Applicable): 14. Overall accuracy, completeness, timeliness and coordination of BIM documentation. 15. A/E's ability and understanding of the overall BIM process. Owner's Representative on Design/Build Projects (If Applicable): 16. Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents. 17. A/E's ability, thoroughness, timeliness and support as Owner's Representative throughout the project. Overall: 18. How would you rate the A/E's ability to control cost? 19. How would you rate the A/E's overall management performance on this contract? 20. How would you rate the A/E's overall technical/quality performance on this contract? 21. Would you use this A/E again? (If "No", please comment in the Narrative Summary) YES NO Number of A/E Design Errors & Omissions on Project: _______________ Increased Project Cost Due to A/E Design Errors & Omissions: _______________ CONTRACTOR'S NAME: ___________________ PROJECT NAME __________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. NARRATIVE SUMMARY (Use this section to explain any rating from the previous page) Item COMMENTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/434OCO/F5D3127145A001/listing.html)
 
Place of Performance
Address: Building 592, Grissom ARB, Indiana, 46971, United States
Zip Code: 46971
 
Record
SN04753397-W 20171202/171130231922-60afc6bdf90e38015ebf81462fac2f72 (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.