Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 30, 2017 FBO #5881
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER (A-E) SERVICES PRIMARILY FOR CONSTRUCTION PHASE SERVICES WHICH SUPPORT CIVIL WORKS, INTERAGENCY AND INTERNATIONAL SERVICES (IIS), AND MILITARY CONSTRUCTION PROJECTS FOR SAN FRANCISCO DISTRICT AND OTHER DISTRICTS WITHIN THE DIVISION - Past Performance Questionnaire PPQ

Notice Date
12/28/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P718R0004
 
Archive Date
2/22/2018
 
Point of Contact
Roberto L. Escobedo, Phone: 4155036949, James D. Neal, Phone: 4155036891
 
E-Mail Address
Roberto.L.Escobedo@usace.army.mil, james.neal@usace.army.mil
(Roberto.L.Escobedo@usace.army.mil, james.neal@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Map to Bay Model Pre-Proposal Conference Past Performance Questionnaire PPQ Description A. CONTRACT INFORMATION 1. These Architect-Engineer (A-E) Construction Phase Services (CPS) Contracts are being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in the Federal Acquisition Regulation (FAR)Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and professional qualifications for the required work. This requirement is being solicited as a Small Business set-aside Indefinite Delivery Contract (IDC) for Construction Phase Services (CPS). The Small Business IDC will be in support of civil works, Interagency and International Services (IIS), and military construction projects for San Francisco District (SPN) and other districts within the South Pacific Division (SPD) boundaries. The intent of this solicitation is to award three (3) A-E IDCs with a capacity of $10,000,000.00 for each contract. North American Industrial Classification System (NAICS) code for this acquisition is 541330, which has a small business size standard of $15,000,000 in average annual receipts and corresponds to Standard Industrial Code(SIC) Code 8711. The Product and Service Code (PSC) is C219. This announcement is open to all interested Small Business firms. The initial contract is anticipated to be awarded on or about June 2018. A total of three (3) IDCs are planned for award for small businesses for a total combined capacity of $30,000,000.00. All IDCs will have a 36-month base ordering period and one 24-month option period, for an overall ordering period of five years. Each IDC will have a guaranteed minimum amount of $10,000.00 for the first year of the base contract only. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all personnel, services, materials, supplies, office space, and supervision required to fully complete each task order. Task orders issued against the contract awarded under this announcement may be used by other districts within SPD. Contract Award Procedures: Professional Labor Rates will only be increased once every 12 months. Any task order issued at any time within the 12-month period must use the rates of the period in which the task order is executed by the Contracting Officer and will be in effect for the entire length of the task order. New rates go into effect only at the end of the 12 month period. The proposed services will be obtained by a negotiated Firm Fixed Price (FFP) task order. To be eligible for contract award, a firm or Joint Venture must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM, please see the SAM website at https://www.sam.gov/. No State- Level certifications shall be accepted. If a specific task order requires the use of labor categories covered by the Service Contract Labor Standards (FAR 22.10), then the appropriate labor standards will be applied to that specific task order acquisition for those labor categories. Anti-Antiterrorism and Operations Security (AT/OPSEC) requirements as well as E-Verify (employment) will be required for all military or critical infrastructure projects; for other tasks, determination will be made per individual task order and by the Contracting Officer. ENG FORM 6055, June 2015 can be obtained at the following link; http://www.publications.usace.army.mRil/Portals/76/Publications/EngineerForms/ENG_Form_6055.pdf?ver=2015-11-24-105601-703 B. PROJECT INFORMATION Construction Phase Services will be professional services of an architectural or engineering nature associated with construction of real property. The services will be substantially and to a dominant extent performed or approved by registered or licensed architects or engineers. The services will include shop drawing review, evaluation of construction methods, and interpretation of plans and specifications, and building commissioning. The services will also include other professional services of an architectural or engineering nature incidental to construction, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, value engineering, soils engineering, preparation of operating and maintenance manuals, and other related services. Although the services will be predominantly required to support construction activities for Civil Works, IIS, and Military projects, they may also include tasks to support projects not yet in construction. In addition to the architectural and engineering services described above, the A-E firm may also be required to perform incidental services, including, but not limited to: onsite assistance and guidance to government construction field offices; onsite construction Quality Assurance (QA) inspection and reporting; onsite construction Administrative Assistant services; daily onsite evaluation of construction methods and materials, jobsite safety, construction progress, and building commissioning; project coordination; tracking and reporting daily job activities; developing suggested SOW(s) for construction modifications; review of Network Analysis Schedules (NAS); LEED support; review of Quality Control Plans, Storm Water Pollution Prevention Plans, and Safety Plans; preparation of construction cost estimates; processing of modifications to construction contracts; preliminary analysis of construction contractor claims; and other incidental services related to Construction Phase Services. C. SELECTION CRITERIA The selection criteria are listed below. Criteria 1 through 5 are primary selection criteria, and are listed in descending order of importance. Criteria 6 and 7 are secondary and will only be used as tie-breakers among technically equally highly qualified firms. Primary Selection Criteria: 1. Specialized experience and technical competence: a. Specialized Experience (SF 330, Part I, Sections F & G): provide examples of not more than ten (10) projects completed within the last five (5) years that best demonstrate specialized experience and technical competency in the following required tasks: construction phase A-E services, quality assurance, cost controls, project controls, claims evaluation and analysis, and building commissioning for large multi-million dollar construction projects. Project examples submitted should be of completed construction projects and shall identify start and completion dates as well as the project size (total cost of construction contract and total cost of CPS only contract) and scope. A minimum of one (1) project shall demonstrate relevant experience with projects having professional fees of $5,000,000 or greater as the prime contractor for construction phase A-E services required in this solicitation. For submittal purposes, an example project can consist of either a single task order on an IDIQ contract, or a stand-alone contract for CPS. An IDIQ contract SHALL NOT be submitted as an example project. The Government will only evaluate information provided for specific tasks on an IDIQ contract. Experience of the prime contractor will be weighted more heavily than projects performed predominantly by proposed subcontractors. Experience of the prime contractor will be determined based on performance of 50% or more of the work by the prime's in-house workforce. The experience of a JV partner will be considered as the experience of the prime contractor. b. Technical Competence (Sections C, D, and/or H): Technical competence will be evaluated based on the firm's management plan. The management plan shall be presented in Section H and may reference Sections C and D. The plan shall include the following: • An organizational chart for the team with a discussion of the management plan for this contract and personnel roles in the organization. Identify on the submitted organization chart the relationships and lines of authority of the proposed team members, including key subcontractors. Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions. Include key personnel names and titles. • A discussion of the history of working relationships with team members, including joint venture partners where applicable. • Overall management approach to implementing and maintaining the requirements described in the synopsis, • Process for resourcing (including procedures for evaluating personnel qualifications and experience, security considerations, hiring, etc.) the positions and disciplines described herein, • Process for establishing and maintaining effective means of communication with USACE project personnel on a daily basis. Technical competence will be evaluated based on the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and subcontractors. General statements concerning resourcing and communications processes may be viewed less favorably. 2. Professional qualifications: Evaluation of professional qualifications will consider the qualifications of the firm and subcontractor's available personnel in key disciplines (see list of key personnel below). All personnel shall be shown on the organization chart in Section D of the SF330. All resumes shall be provided in Section E of the SF330. Resumes are required for each key personnel member. In addition to key personnel listed below, submit resumes of key management and technical personnel. All submitted resumes shall include overall relevant experience and longevity with the firm (two year minimum). Professional qualifications of personnel will be evaluated on the experience with construction phase services, primarily on vertical construction projects. The following list of key personnel, except for Communications System Engineer, Construction Representatives and Scheduler/Project Control Specialists, shall have the appropriate licensure or certifications listed below, and a minimum of five (5) years of experience in construction phase services, primarily vertical construction, along with the minimum number of personnel in each discipline. Communications System Engineer, Construction Representatives, and Scheduler/Project Control Specialists shall have a minimum of ten(10) years of experience in construction phase services, primarily vertical construction. Key Personnel Two (2) Project Engineers/Construction Managers (PE or RA required) One (1) Civil Engineer, Structural (PE required) One (1) Civil Engineer, Site Layout (PE required) One (1) Mechanical Engineer (PE required) One (1) Fire Protection Engineer (PE required) One (1) Electrical Engineer (PE required) One (1) Architect (RA required) One (1) Building Systems Commissioning Agent/Engineer (AABC member) One (1) Communication Systems Engineer Three(3) Construction Representative (Con Rep) One (1) Scheduler/Project Control Specialist 3. Capacity (Section H): A capacity plan shall be presented in Section H and may reference Sections C and D. A firm's capacity plan must demonstrate the ability to accomplish multiple task orders in multiple locations simultaneously, with the demonstrated ability to accomplish at least two (2) $1,000,000.00 individual task orders simultaneously. For any one task order, the plan must demonstrate ability and capacity to provide approximately 10 personnel on site within 30 days of task order award, with at least half being key personnel of the type listed in Criteria 2, and maintain that level of personnel commitment over a one year period. The plan shall also describe the firm's present workload and the availability of the project team (key personnel and subcontractors) for the specified contract performance period; describe the strategies to meet surges in unexpected workload demand; ability to mobilize and describe the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. 4. Past performance: Past performance on Department of Defense (DoD) and other contracts with respect to the quality of work, cost control, time management in terms of keeping construction contract on schedule, communication, and issue resolution as determined by CPARS and other sources. Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email. Projects where the prime contractor or JV partner performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. 5. Knowledge of Locality: The projects in Section F and G must demonstrate familiarity with the South Pacific Division area and their applicable architectural, structural, and building codes, environmental regulations, soil conditions, seismic requirements and regulatory agencies. Secondary Selection Criteria: Secondary selection criteria will only be considered in the event of needing a tie-breaker for technically equally ranked firms based on the primary criteria. Secondary Selection Criteria shall consist of (IAW DFARS 236.602-1): 6. Small Business (SB) and Small Disadvantaged Business (SDB) Participation: [DFARS PGI 236.602-1(a)(6)(C)]. The extent of participation of SB, SDB, 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, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. The greater the participation, the greater the consideration. 7. Volume of DoD Contract Awards of A-E contracts received in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms [DFARS 236.602-1(a)(6)(A)]. D. SUBMISSION REQUIREMENTS Interested A-E firms having the capabilities to perform this work must submit two (2) copies each of SF 330 Part I, and SF 330 Part II for the prime firm and all consultants/ subcontractors including related services questionnaire regarding past performance on non- Government projects to ATTN: Roberto Escobedo (CESPN-CT), 1455 Market Street, Cubicle 1742C, San Francisco, CA 94103-1398. The SF 330 shall not exceed 50 single pages (25 pages if double sided) 8 ½ x 11, not counting any dividing page used to identify each SF 330 Section; no more than (3) three pages 11 x 17 for organization charts, all using 12 font in either Times New Roman, Arial or Courier. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. In Section E of the SF 330 provide resumes for all key team members, whether with the prime firm, JV partner or a subcontractor; list specific project experience for key team members; and indicate the team member's role on each listed project (i.e. construction manager, quality assurance rep, project engineer, etc.). The single page count limit of 50 pages does not include resumes and past performance questionnaires. Past performance questionnaires will be included in the SF330 Part I, Section H. In Section D of the SF 330, provide the quality management plan and organization chart for the proposed team. In Section H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In addition to all the hard copies of the SF 330s and attachments, two (2) copies shall be submitted electronically on separate CDs. The most highly qualified firm(s) may be required to provide in-person presentations prior to final selection and will be advised accordingly. Responses received by the close of business (2:00 pm local time) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. This is not a request for proposal and no other general notification will be made. Use solicitation number listed (W912P7-18-R-0004) in your submission package. PRE-PROPOSAL CONFERENCE A pre-proposal conference for this synopsis will be held on January 17, 2018 starting at 10:00 AM Pacific Time, at the Bay Model Facility in Sausalito, CA. Attendance at the conference is not mandatory for submitting qualifications. This conference will be combined with the Unrestricted and 8(a) set-aside CPS pre-proposal conference. All attendees must submit the names, name of the company being represented, and title in writing to Mr.Roberto Escobedo via email at Roberto.L.Escobedo@usace.army.mil no later than January 12, 2018 close of business. The address of the Bay Model Facility is 2100 Bridgeway, Sausalito, CA 94965. Parking for the pre-proposal conference is available and is shown on the attached map. The purpose of this pre-proposal conference is to assist interested firms on the process of applying for Government A-E services contracts, explain requirements, and to answer questions from potential offerors. OFFERORS QUESTIONS AND COMMENTS Questions regarding this announcement and the pre-proposal conference must be in writing and shall be addressed to Mr. Roberto Escobedo via email at Roberto.L.Escobedo@usace.army.mil. All questions must be submitted no later than January 12, 2018 at 2:00 p.m. Pacific Time to allow time for a response. Point of Contact: USACE San Francisco District Attn: Roberto Escobedo 1455 Market Street, Cubical 1742C San Francisco, CA, 94103-1398
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P718R0004/listing.html)
 
Place of Performance
Address: San Francisco District and South Pacific Division Area of Responsibiltiy, San Francisco, California, 94103, United States
Zip Code: 94103
 
Record
SN04777267-W 20171230/171228230719-4a885135a5269fcf9b516e923c1db0e6 (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.