Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
MODIFICATION

C -- IDC M-327 General Architect Engineering Services

Notice Date
10/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-18-AE-0007
 
Archive Date
10/30/2018
 
Point of Contact
Erica Miller, Phone: 9177908121
 
E-Mail Address
erica.b.miller@usace.army.mil
(erica.b.miller@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Contract (IDC) M-327 (NYD) General Architect Engineering services to include support of Sustainment, Restoration and Modernization (SRM) program, military construction programs and other non-military construction programs within NAN/NAD Boundaries. The NAICS CODE is 541330 and 541310. 1.CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. The selection will be based on demonstrated competence and qualifications for the required work. One (1) A-E firm will be selected based on demonstrated competence and qualifications for the required work. The number one ranked large business firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the Indefinite Delivery Contract (IDC) is a maximum of 60 months and will not include optional time periods. The total capacity of the contract will not exceed $9,900,000. Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this IDC contract. The government guarantees a minimum seed task order with a minimum value of $4,000 for the basic contract. Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract and profit will be negotiated in each task order. The NAICS CODE is 541330 and 541310. This indefinite delivery contract will be negotiated that includes level of efforts, labor rates for each discipline and overhead rates for the contract period that includes design, cost estimating, environmental, survey and geotechnical services. Profit will be negotiated in each task order not in the basic contract. The selected large business firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. The contracted A-E firm will be required to use the following subcontracting goals (percentage of work) in their subcontracting plan. The FY 17 target goals (pending approval as of (13 Feb 2017) are SB 25%, SDB 13.0%, WOSB 4.5%, HubZone 4.0%, and service disabled veteran-owned small business 4.0%. To be eligible for contract award, a firm must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. The contract is anticipated to be awarded in January 2019. The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Registered via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer: Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. 2.PROJECT INFORMATION: A-E services may include but not be limited to the following: General Architect Engineering (A-E) services to include support of Sustainment, Restoration and Modernization (SRM) program, military construction programs and other non-military construction programs within NAN/NAD Boundaries. Architect Engineering (A-E) Services to include the investigation, planning and design services for the following types of projects: Construction of new and renovation/upgrade of the following type of facilities: academic facilities, administrative facilities, barracks, research and development facilities, manufacturing facilities, hangers, maintenance facilities, training facilities, base-wide infrastructure systems, airfields, runways, taxiways, and aprons. Building renovations will address Replacement of Architectural Elements, interior re-configuration, Building Seismic Upgrade, Anti-Terrorism/Force Protection upgrades, Mechanical systems, HVAC systems, Electrical upgrades, Fire Protection/Detection Systems, Exterior envelope upgrades including roof, windows and walls, Asbestos and Lead Abatement. A-E Services to also include topographic surveys, geotechnical investigations, environmental investigations, NEPA documentation and coordination, permitting support services, Value Engineering Studies, Field Investigation Studies, LEED documentation, Enhanced Commissioning services, commissioning services, retro-commissioning services and construction support services and Master Planning Studies. Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. 3.SELECTION CRITERIA: Primary 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 selection criteria. Criteria f through h are secondary selection criteria and will only be used as tiebreakers among technically equal firms. The firm is required to have the following specific design capabilities: a.Specialized experience and technical competence in: Submit at least four (4) Example Projects in SF-330 Section F that demonstrates experience with the following: Whole Building Renovation design that includes at least five (5) of the following design elements as a substantial part of the design (Replacement of Architectural Elements, interior re-configuration, Building Seismic Upgrade, Anti-Terrorism/Force Protection upgrades, Mechanical systems, HVAC systems, Electrical upgrades, Fire Protection/Detection Systems, Exterior envelope upgrades including roof, windows and walls, Asbestos and Lead Abatement.). The projects shall demonstrate the A/E's ability to execute design charrettes, concept designs, final designs and prepare final construction bid documents. Projects may include the following facility types: academic facilities, administrative facilities, barracks, research and development facilities, manufacturing facilities, hangers, maintenance facilities and training facilities. Projects shall have a construction cost of at least $15M. Construction of the projects must be completed and projects completed before August 2013 will not be considered. Submit at least four (4) Example Projects in SF-330 Section F that demonstrates experience with the following: Partial Building Renovation design that includes at least three (3) of the following design elements as a substantial part of the design (Replacement of Architectural Elements, interior re-configuration, Building Seismic Upgrade, Anti-Terrorism/Force Protection upgrades, Mechanical systems, HVAC systems, Electrical upgrades, Fire Protection/Detection Systems, Exterior envelope upgrades including roof, windows and walls, Asbestos and Lead Abatement.). The projects shall demonstrate the A/E's ability to execute design charrettes, concept designs, final designs and prepare final construction bid documents. Projects may include the following facility types: academic facilities, administrative facilities, barracks, research and development facilities, manufacturing facilities, hangers, maintenance facilities and training facilities. Projects shall have aconstruction cost of at least $5M. Construction of the projects must be completed and projects completed before August 2013 will not be considered. Submit at least two (2) Example Projects in SF-330 Section F that demonstrates experience with the following: Design of new facilities. The AE shall demonstrate experience in sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; and employing the LEED evaluation and certification methods. The projects shall demonstrate the A/E's ability to execute design charrettes, concept designs, final designs and prepare final construction bid documents. Projects may include the following facility types: academic facilities, administrative facilities, barracks, research and development facilities, manufacturing facilities, hangers, maintenance facilities and training facilities. Projects shall have a construction cost of at least $20M. Construction of the projects must be completed and projects completed before August 2013 will not be considered. The above requested projects shall also demonstrate the A/E's abilities with all of the following: -Planning and scheduling management of fast track designs, -Working on military installation projects, -Prepare Cost estimates using MII and PACES, (The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area with particular emphasis on the Southern New Jersey), -Preparing drawings in AutoCAD and AutoCAD Revit, -Experience in the ability to provide a QA/QC plan indicating how the prime plans to manage their team to ensure that quality products are prepared. Demonstrate ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. b.Qualified registered professional personnel in the following key disciplines: Project Manager (P.E. or R.A. required) Quality Assurance Manager (P.E. or R.A. required) Architecture (R.A. required) Structural Engineering (P.E. required) Civil Engineering (P.E. required) Mechanical Engineering (P.E. required) Electrical Engineering (P.E. required) Fire Protection Engineering (P.E. required) Landscape Architect (Licensed) Cost Engineering (P.E. required) Geotechnical Engineering (P.E. required) Lead/Asbestos Abatement Inspector (Certification) Certified Industrial Hygienist (CIH required) Licensed Interior Designer (NCID required) Land Surveyor (P.L.S. required) Anti-Terrorism/Force Protection Specialist (P.E. required) Blast/Explosives Safety Engineering (P.E. required) Industrial Engineering (P.E. required) Historical Architecture (R.A. required) Environmental Engineering (P.E. required) Lead Commissioning Specialist (P.E and at least one of the following: a NEBB qualified Systems Commissioning Administrator (SCA); ACG Certified Commissioning Authority (CxA); ICB/TABB Certified Commissioning Supervisor; BCA Certified Commissioning Professional (CCP); AEE Certified Building Commissioning Professional (CBCP); University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP); ASHRAE Commissioning Process Management Professional (CPMP)) Certified Value Specialist (CVS required) Telecommunications Engineering (RCCD required) Master Planner (P.E. or R.A. required) The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. Senior project personnel for each discipline are required to be licensed and/or registered. Additional disciplines may be submitted as required by the AE for this type/size project and will be evaluated as the above. Fire Protection Engineering: The Services and Qualifications of Fire Protection Engineers are shown in Section 1.6 of UFC 3-600-01, and are reiterated here: A qualified fire protection engineer shall be an integral part of the design as it relates to fire protection. This includes, but is not limited to, building code analysis, life safety code analysis, design of automatic detection and suppression systems, water supply analysis, and a multi-discipline review of the entire project. For the purposes of meeting this requirement a qualified fire protection engineer is defined as an individual meeting one of the following conditions: i.) A registered professional engineer (P.E.) having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering, from an accredited university engineering program, plus a minimum of 5 years' work experience in fire protection engineering. ii.) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering written examination. iii.) A registered professional engineer (P.E.) in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation. c.Past Performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and CPARS. Letters of recommendation from customers addressing your firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d.Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will review Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. e.Knowledge of the locality in the general geographical area of NY District boundaries. The evaluators will review projects identified in Section F, the specific experience of the listed key discipline in Section E and additional information in Section H in order of preference. Secondary Selection criteria: f.Extent of participation of Small business, Veteran-owned small business, service- disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g.Geographic Proximity in relation to NY District boundaries. h.Volume of work previously awarded to the firm by the Department of Defense, within the last 12 months with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4.SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit three (3) copies and one (1) CD copy in PDF format of a comprehensive SF 330 (08/2016 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSAweb-site: http://www.gsa.gov/portal/forms/download/116486 The forms can be downloaded in a.pdf file type. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF330. Include the prime firm's DUNS number in Block H, SF 330. Total submittal page limitation is 90 pages. Section E is limited to 50 pages. Section F is limited to 10 pages. Part II of the SF330 will not count towards the page limitation. Cover page, cover letter and section dividers do not count towards the overall page limit. Supplemental information on the SF 330 is posted on the NY District USACE website: http://www.nan.usace.army.mil/BusinessWithUs/EngineeringDivision.aspx. Submit the completed SF330's to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037. Attn: Mr. Stephen DiBari, P.E. CENAN-EN-M. 917-790-8384. Submittals will not be accepted after 5:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the SF330 will not be accepted. For questions regarding this contract, contact Stephen DiBari at 917-790-8384 or e-mail: Stephen.Dibari@usace.army.mil. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at http://www.fsd.gov or by contacting the SAM Customer Service Desk at 1-866-606-8220. Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-18-AE-0007/listing.html)
 
Record
SN05119558-W 20181012/181010230844-572706a93b84070c0b02e198e1595d24 (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.