Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

C -- INDEFINITE DELIVERY, INDEFINITE-QUANITITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR COMMISSIONING AUTHORITY (CxA) ARCHITECT-ENGINEER SERVICES FOR THE ALBUQUERQUE DISTRICT, U.S. ARMY CORPS OF ENGINEERS

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP18R0013
 
Archive Date
5/15/2018
 
Point of Contact
Karen Irving, Phone: 505-342-3356
 
E-Mail Address
karen.k.irving@usace.army.mil
(karen.k.irving@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FEDBIZOPPS ANNOUNCEMENT FOR INDEFINITE DELIVERY, INDEFINITE-QUANITITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR COMMISSIONING AUTHORITY (CxA) ARCHITECT-ENGINEER SERVICES FOR THE ALBUQUERQUE DISTRICT, U.S. ARMY CORPS OF ENGINEERS 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE), Albuquerque District has a competitive requirement for up to two architect-engineer indefinite delivery, indefinite quantity multiple award task order contracts for Commissioning Authority (CxA) services, sustainable engineering services, and U.S. Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) Accredited Professional services, for a period of one year with four one-year options. Professional services under this contract will primarily consist of CxA services, sustainable engineering support services, LEED Project Administrator services, and support services for third-party certification of High Performance and Sustainable Building Guiding Principles compliance for new construction and major renovation projects in support of Department of Defense (DoD), National Nuclear Security Administration (NNSA), Department of Veterans Affairs (DVA), Department of Homeland Security-Customs & Border Protection (DHS-CBP) and other projects within the South Pacific Division boundaries, which includes California, Nevada, Utah, Arizona, New Mexico, southern Colorado, and southwest Texas. Work may include, but is not limited to: Assisting USACE with establishing the owner's project requirements, which describes in sustainable goals with an emphasis on achieving net zero energy use; review of design documents; development of commissioning plans; commissioning of facilities and systems; preparation of reports; and development of electronic system manuals. Work may include sustainable engineering services, such as evaluating proposed designs and identifying synergies to reduce energy consumption, or defining benchmarks using energy modeling that may be used to define or evaluate achievement of the energy goals. LEED Project Administrator duties may include coordination and management of documentation processes necessary for certification and compliance with the federal sustainability requirements, facilitate the integration of sustainability into the planning, design and construction process and providing technical assistance relating to aspects of high performance buildings. Support services for third-party certification of High Performance and Sustainable Building Guiding Principles compliance may include coordination and management of the documentation process necessary for third-party certification by the USGBC or Green Building Initiative (GBI); facilitate integration of sustainability into the planning, design and construction process; and provide technical assistance relating to aspects of high performance and sustainable buildings. A successful firm may be utilized for complete projects or in support of in-house efforts. This acquisition will be procured in accordance with Public Law (PL) 107-217, Chapter 11 - Selection of Architects and Engineers, and Federal Acquisition Regulation (FAR) Part 36. Work will be negotiated and initiated by issue of delivery orders, which will not exceed $9,500,000 over the life of the contract. The maximum aggregate dollar value of task orders awarded to all contractors cannot exceed this contract ceiling. This ceiling is not being subdivided among the number of awardees, nor is it being multiplied by the number of awardees. There is no guarantee on the number of task orders that the successful contractors will receive or the amount of money beyond the minimum order guarantee set forth in the RFP. The anticipated contract award date is 30 Sep 2018. The Government anticipates awarding two or more IDIQ contracts, including one reserved for a small business. Wages and benefits of service employees (see FAR Part 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal is for 40.0% of subcontracted dollars to go to small business. Per DFARS 219.705-4, the minimum subcontracting requirement to Small Disadvantaged Small Businesses is 5.0% of the total contract. To be eligible for contract award, a firm or joint venture must be registered in the DOD System for Award Management (SAM). Register via the site at www.sam.gov. 2. PROJECT INFORMATION: Professional services under this contract may include CxA services, sustainable engineering support services, LEED Project Administrator services, and support services for third-party certification of High Performance and Sustainable Building Guiding Principles compliance for new construction and major renovation projects. CxA services may include but are not limited to: Assisting the Government with establishing the Owners Project Requirements, which describes in part sustainable goals with an emphasis on achieving net zero energy use; review of design documents; development of commissioning plans; commissioning of facilities and systems; preparation of reports; and development of electronic system manuals. The work may provide sustainable engineering services, which could include evaluating proposed designs and identifying synergies to reduce energy consumption or defining benchmarks using energy modeling that may be used to define or evaluate achievement of the energy goals. LEED Project Administrator duties may include coordination and management of the documentation process necessary for certification, facilitate the integration of sustainability into the planning, design and construction process and providing technical assistance relating to aspects of high performance buildings. Support services for third-party certification of High Performance and Sustainable Building Guiding Principles compliance may include coordination and management of the documentation process necessary for third-party certification by the US Green Building Council (USGBC) or Green Building Initiative (GBI), facilitate the integration of sustainability into the planning, design and construction process and providing technical assistance relating to aspects of high performance and sustainable buildings. Projects may include facilities in support of DOD, NNSA, DHS-CBP, DVA, and other agency missions. These facilities may include aircraft hangars, flight simulator facilities, dormitories, child development centers, administration buildings, border patrol stations, schools, chemical laboratories, and medical facilities. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through h are secondary and will be used as tie-breakers among technically qualified firms. Recent experience is defined as experience within the last 7 years from the issue of this synopsis. a. Demonstrated specialized experience and technical competence in: 1) Commissioning plan development. 2) Sustainable design with emphasis of obtaining net-zero energy use. 3) Review of design documents (plans, specifications, design analyses, and cost estimates) for sustainable & commissioning features. 4) Development of electronic systems manuals. 5) LEED design certification with USGBC. 6) Functional performance testing. 7) Energy modeling utilizing computer programs such as EQuest, TRNSYS, DOE2, and Trace/Trane. 8) Evaluation and recommendation of sustainable engineering synergies. 9) Analysis of system operations and equipment start-up. b. Professional Qualifications: Firms shall demonstrate the professional qualifications in the following disciplines: Commissioning Project Manager, Lead Mechanical Commissioning Engineer, Lead Electrical Engineer, and Lead Engineer/Architect Enclosure Commissioning. Education, professional registration, relevant certifications, relevant experience, longevity with the firm, and relevant project experience on similar projects will be considered. The Commissioning Project Manager shall be LEED AP, have at least one of the relevant commissioning certifications below, and be knowledgeable in the following: 1. Have acted as an on-site Principal Commissioning Authority on at least 10 construction projects. 2. Experience in completing the LEED commissioning process and certification. 3. Knowledge of construction methodologies and quality control process. 4. Knowledge in equipment/ building operation and maintenance. 5. Knowledge of American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE) Standards 15, 55, 62, 90.1, 189.1, 202, and Guideline 0 requirements, USGBC LEED Reference Guide for Green Building Design and Construction,Energy Policy Act of 2005 (EPAct 2005) and Energy Independence and Security Act (EISA) 2007. 6. Knowledge of ER 1110-345-723, Engineering and Design Total Building Commissioning Procedures. The Lead Mechanical Engineer shall be a registered professional Mechanical Engineer, have at least one of the relevant commissioning certifications below, and be knowledgeable in the following: 1. Knowledge of construction methodologies and quality control process. 2. Experience in operation and troubleshooting of HVAC systems, energy management and control systems, building electrical systems, and fire alarm systems. 3. Experience testing and balancing hydronic/air systems. 4. Experience in monitoring and analyzing system operation and start-up requirements. 5. Engineering/design experience reviewing/performing heating/cooling load calculations, energy budget analysis and reviewing/specifying energy-efficient equipment and systems. 6. Knowledge in equipment/building operation and maintenance. 7. Knowledge of ASHRAE Standards 15, 55, 62, 90.1, 189.1, 202, and Guideline 0 requirements, USGBC LEED Reference Guide for Green Building Design and Construction, EPAct 2005, and EISA 2007. The Lead Electrical Engineer shall be a registered professional Electrical Engineer, have at least one of the relevant commissioning certifications below, and be knowledgeable in the following: 1. Knowledge of construction methodologies and quality control process. 2. Experience in operation and troubleshooting of building electrical systems, energy management and control systems, and fire alarm systems. 3. Experience in monitoring and analyzing system operation and start-up requirements. 4. Engineering/design experience reviewing/performing lighting level calculations, including daylighting modeling and reviewing/specifying energy-efficient equipment and systems. 5. Engineering/design experience with alternative on-site electrical generation technologies, including photovoltaic, wind, fuel cell, and micro-turbine systems. 6. Knowledge in equipment/ building operation and maintenance. 7. Knowledge of ASHRAE Standard 90.1, 189.1, 202, and Guideline 0 requirements, USGBC LEED Reference Guide for Green Building Design and Construction, EPAct 2005, and EISA 2007. The Lead Engineer/Architect Enclosure Commissioning shall be a registered professional and be knowledgeable of the following: 1. Knowledge of design, construction, and performance testing of building enclosure systems. 2. Knowledge of continuity, longevity, and performance of air, water, thermal, and vapor control layers. 3. Extensive experience with USACE protocol for air tightness of building enclosure systems. 4. Experience with forensic evaluation and diagnostic testing of building envelope failures on existing facilities. 5. Thorough understanding of how interior set points and local climate zones affect building enclosure design and performance. 6. Understanding of current building enclosure materials, construction practices, and sequencing. 7. Knowledge of ASHRAE Standard 90.1 and Guideline 0 commissioning requirements, ASTM E2813, NIBS Guideline 3, USGBC LEED Reference Guide for Green Building Design and Construction, and EPAct 2005. Relevant Commissioning Certifications: 1. Certified Cx Authority (CXA) from Associated Air Balance Council (AABC) 2. Certified Building Cx Professional (CBCP) from Association of Energy Engineers (AEE) 3. Cx Process Management Professional (CPMP) from American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE) 4. Certified Cx Professional (CCP) from Building Commissioning Association (BCxA) 5. Accredited Commissioning Process Authority Professional (CXAP) from University of Wisconsin 6. NEBB qualified Systems Commissioning Administrator (SCA) 7. ACG Certified Commissioning Authority (CxA) Firms must also be able to provide licensed professionals in architecture, mechanical engineering, electrical engineering, civil engineering and structural engineering, with experience in review of design documents for sustainable design and commissioning features. In-house commissioning capabilities will be weighted heavier than work subcontracted. c. Past performance on DOD and other contracts in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. d. Capacity: The firm must demonstrate the capacity to provide two separate Commissioning Teams and the ability to accomplish two concurrent delivery orders. e. Knowledge of the Locality: Firm's knowledge of the area encompassed by the Albuquerque District boundaries will be a consideration. f. Location: Physical location of the A-E's and consultants' offices to perform the work, relative to Albuquerque, New Mexico, will be evaluated. g. Volume of DOD contract awards in the last 12 months will be considered. h. Small Business (SB) and Small Disadvantaged Business (SDB) Participation. 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, HBCI or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. 4. GENERAL INFORMATION: This solicitation requires all interested firms to have an email address. Notifications will be via e-mail; therefore, the email address must be shown on the SF 330, Part 1, Section B8. Interested firms having capabilities to perform this work must submit one original, three hard copy and one electronic (CD or DVD, flash drives are not acceptable) copy of SF 330 "Architect Engineer Qualifications" for the prime firm and all consultants. Should there be discrepancies between the paper and the electronic submission, the paper copy shall govern. Only data furnished by the responding firm on the SF 330 will be considered in the selection process. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall submit Part II of the SF330 for each branch office and subcontractor office that will have a key role in the proposed contract. The SF 330 should specifically address the requirements of this announcement. Responding firms are requested to summarize their quality management plan and identify all relevant computer capabilities in Block H of the SF 330. Firms shall include only 10 PROJECTS TOTAL in Block F of the SF 330. FIRMS SHALL LIMIT BLOCK H OF THE SF 330 TO NO MORE THAN 10 PAGES. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a design-build construction contract cannot provide construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and sub-consultants for this contract will be required to perform throughout the contract term. Joint ventures (JV), limited liability companies (LLC), and limited partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, email address, phone number and facsimile number. OFFERORS MUST BE REGISTERED with the System for Award Management (SAM), formerly the Central Contractor Registration (CCR), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. A paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. Responses are due no later than 2:00 p.m. local time, on 6 Aug 2018. The delivery addresses for your SF 330s are as follows: U.S. Army Corps of Engineers, Albuquerque District ATTN: Karen Irving, Contracting Division 4101 Jefferson Plaza NE Albuquerque, NM, 87109-3435 Late responses will be handled in accordance with FAR Part 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org. 1. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. 2. From this page, you may view all bidder inquiries or add inquiry. 3. 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. 4. The Solicitation Number is: W912PP18R0013 The Bidder Inquiry Key is: 6JJ9D6-7C445W b. The Bidder Inquiry System will be unavailable for new inquires 5 days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. c. Offerors are requested to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. d. A 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. All questions shall be submitted utilizing the USACE Bidder Inquiry System, ProjNet. Questions sent via e-mail will not be answered. The contracting POC for this project is Karen Irving, Karen.k.irving@usace.army.mil. All potential offerors are advised to check the Federal Business Opportunities website daily, https://www.fbo.gov/, for any additional modifications pertaining to this pre-solicitation notice. These contracts are being procured in accordance with the PL 107-217, Chapter 11, as implemented in FAR Subpart 36.6. See numbered note 24 of FAR Subpart 36.6 for general information on the A-E selection process. Task orders will be firm fixed price. Projects to be assigned are not yet determined and funds are not presently available. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP18R0013/listing.html)
 
Place of Performance
Address: USACE - Albuquerque District, United States
 
Record
SN04986630-W 20180713/180711230857-a5ac6f4eedcbfdb9ecfff9955fd65869 (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.