Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

C -- Commissioning Engineering Services

Notice Date
12/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-12-R-0016
 
Archive Date
2/2/2012
 
Point of Contact
Jennifer Heuer, Phone: 7572017118
 
E-Mail Address
jennifer.r.heuer@usace.army.mil
(jennifer.r.heuer@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1. A Firm Fixed Price Architect Engineer (A-E) Contract for professional engineering and design services, procured in accordance with PL 9 2-582 (Brooks A-E Act) and FAR Part 36, as required for various projects assigned to the Norfolk District, US Army Corps of Engineers or other Districts in support of commissioning authority (CxA) services for design, construction, acceptance, and occupancy phase, sustainable engineering services, and LEED Accredited Professional services to support new construction and major renovation projects, military construction (MILCON), operations & maintenance Army (OMA), Department of Defense Education Activity (DoDEA), and Center of Standardization in addition to projects within the jurisdiction of the Norfolk District, U.S. Army Corps of Engineers and/or the North Atlantic Division (Baltimore, New York, New England, and Philadelphia Districts). The amount of the anticipated contract will not exceed $4,500,000 for a base plus four one year option periods and the Government may select more than one contractor. North American Industrial Classification System code is 541330. The wages and benefits of service employees (see FAR 22.10) performing under these contracts 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 the location of the work). THIS IS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE PROCUREMENT. The North American Industrial Classification Code (NAICS) for this procurement is 541330, which will have a capacity of $4,500,000.00. To be eligible for a contract award, a firm must be registered in the DoD (DFARS 236.602-1(a) (6) (A)) Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov/. 2. PROJECT SPECIFIC INFORMATION: No specific projects are identified at this time and therefore funds are not presently available for the contract. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E Services are to be utilized. The work will include the following support services as defined by latest ASHRAE Guideline 0, The Commissioning Process and latest LEED Reference Guide Green Building Design and Construction: • ASHRAE - Total building commissioning • ASHRAE - Retro-commissioning • ASHRAE Re-Commissioning • LEED - Fundamental commissioning • LEED - Enhanced commissioning services • LEED - Engineering support services in support of LEED Implementation • LEED - Project Administrator services for new construction and major renovation projects. • ASHRAE - Commissioning Plans (Design and/or Construction) • ASHRAE - Inspections in support of acceptance of building systems • ASHRAE - Construction Checklist • ASHRAE - Continuous Commissioning • LEED/ASHRAE - Commissioning Process Reports • LEED/ASHRAE - Owner Project Requirements • LEED/ASHRAE System, Operation and Maintenance Manuals • ASHRAE/LEED - Training Manuals and Plans • ASHRAE - Verification that design and field conditions meet project design, criteria and owner requirements. • LEED/ASHRAE - Engineering Design Reviews Note: LEED: Leadership in Energy and Environmental Design. ASHRAE: American Society of Heating, Refrigeration and Air-conditioning Engineers Facility Types: Projects can be categorized as repair, replacement, upgrade, maintenance, energy savings and sustainability projects for a wide range of new and existing federal government facilities and systems, utilities and infrastructure. Locations: Projects may include facilities in support of DOD, NOAA, NASA, and DoDEA missions. These facilities may include, but are not limited to, aircraft hangars, flight simulator facilities, dormitories, child development centers, administration buildings, schools, chemical laboratories, and medical facilities. Collaboration: Commissioning services will involve collaborating and/or leading meetings with USACE design teams, USACE construction teams, architectural-engineering and engineering firms; facility engineering teams, and facility maintenance teams of Norfolk District customers; construction contractors, design build firms, repair and maintenance firms and contractors, and testing and balancing firms. 3. SELECTION CRITERIA: The specific selection criteria, a through e are equal in importance and considered primary. F and g are secondary and are used as tie-breakers among technically equal firms. a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: i) Within the last 3 years, professionals submitted by a firm must have successfully completed commissioning services as a Commissioning Authority, as defined by LEED, on three projects with an awarded construction cost of $10 million each or greater. Firm must have performed services in one or more of the following areas for project identified: (1) Perform design and construction phase commissioning ASHRAE Guideline 0-2005. (2) LEED fundamental commissioning (LEED) (3) LEED enhanced commissioning services. (LEED) b) PROFESSIONAL QUALIFICATIONS: i) Professional Engineers (PE) and Registered Architects (RA) must be registered and in good standing in at least one of the 50 States or District of Columbia within the United States. Professional Engineers shall have passed the PE exam for the engineering discipline for which they have been identified as representing on a team. ii) Commissioning Authority (CxA) must be a registered Professional Engineer in the discipline identified or Registered Architect as defined in above and certified as a Commissioning Professional by one of the following organizations: (1) The Association of Energy Engineers (AEE), (2) The Building Commissioning Association (BCA), (3) The National Environmental Balancing Bureau (NEBB), (4) The University of Wisconsin - Madison (UWM), (5) Associated Air Balance Council (AABC) Commissioning Group (ACG) (6) ASHRAE Commissioning Process Management Professional (CPMP) iii) Firm shall provide a minimum two teams, A and B, each having the professionals with appropriate credentials identified below. (1) Team A: One (1) Professional Mechanical Engineer (employee of firm) (2) Team A: Professional Electrical Engineer (employee of firm) (3) Team A: One (1) Professional Civil Engineer (4) Team A: One (1) Registered Architect (5) Team A: One (1) Commissioning Authority (employee of firm) (6) Team A: One (1) LEED Accredited Professional in Building Design and Construction (employee of firm) (1) Team B: One (1) Professional Mechanical Engineer (employee of firm or sub consultant) (2) Team B: Professional Electrical Engineer (employee of firm or sub consultant) (3) Team B: One (1) Professional Civil Engineer (4) Team B: One (1) Registered Architect (5) Team B: One (1) Commissioning Authority (employee of firm or sub consultant) (6) Team B: One (1) LEED Accredited Professional in Building Design and Construction (employee of firm or sub consultant) The evaluation will consider education, training, registration, overall and relevant experience of the professional, and longevity with the firm. The LEED Accredited Professional may also be another professional within the team structure, but shall be listed in the team structure and shall be specifically called out as the LEED Accredited Professional in addition to the second role. Submitting firms and associated professionals shall demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. The firm must ensure that resumes are provided for each of the required professionals and other personnel specifically required. c) CAPACITY TO COMPLETE WORK: Firm must demonstrate adequate team capacity to respond to two task orders concurrently meeting all schedules. Firms must show sufficient capacity to respond on short notice (within 7 days), mobilize qualified personnel, meeting all schedules, and produce quality results under short deadline constraints in support of construction contracts $10 million or greater. d) PAST PERFORMANCE Firm and submitted Professionals shall demonstrate success in providing quality work, and compliance with task order or contract performance schedules similar to with under this announcement within the last ten years. Documentation of project listed under specialized experience and technical knowledge on projects and associated performance shall be provided in tabular format for easy understanding by the board. The evaluation will also consider established ACASS ratings and other credible documentation included in the firm's qualification statement; including letters of reference, recommendations or telephone interviews with project points of contact. e) QUALITY CONTROL Include a draft quality control plan. Plan should include a process diagram of internal controls and procedures that the firm will use to ensure that a quality control is maintained. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy. f) LOCATION Physical location of firm and consultants' offices to perform work relative to Norfolk District Headquarters, Norfolk, Virginia will be evaluated. g) VOLUME OF DOD CONTRACT AWARDS Firm must show their last 12 months of contract awards stated in dollars and percent completion. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 330 Part I, and two copies of SF 330 Part II for the prime firm and all consultants, and one searchable electronic portable document format (*.pdf) of the entire submittal on a compact disc (CD) to the address below at the time and date below. The SF 330 Part I shall not exceed 70 pages (8.5" x 11"), including no more than 30 pages for Section H plus no more than 15 pages for letters of commendation, awards, and previous project evaluations. Each side of a sheet of paper is a page. Use no smaller than 10 font type. Include the firm's DUNS number in SF 330, Part I, Section H. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Submit SF 330 Parts I and II to: US Army Corps of Engineers, Norfolk District ATTN: Ms. Jennifer R. Heuer 803 Front Street Norfolk, VA 23510-1096 not later than 11:00 AM on 18 JANUARY 2012. Facsimile or email transmissions will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. Note 24: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to ORCA, https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Following an evaluation of the qualifications and performance data submitted, the firm or firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-12-R-0016/listing.html)
 
Record
SN02640189-W 20111217/111215234728-0bd9a4899ddec2c4969e9b9b0280bc52 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.