Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

C -- Architect and Engineer Indefinite Delivery/Indefinite Quantity Contract

Notice Date
9/4/2012
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-12-R-0006
 
Response Due
10/4/2012
 
Archive Date
12/3/2012
 
Point of Contact
Renee Rausch, 515-252-4615
 
E-Mail Address
USPFO for Iowa
(renee.rausch@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Iowa National Guard wishes to select an Architect-Engineer (A-E) Firm for Type A, B, and C services for an Indefinite Delivery/Indefinite Quantity, Multiple Disciplinary Contract for the Iowa National Guard Contracting Offices. This announcement is unrestricted and open to all businesses regardless of size. The North American Industry Classification System Code (NAICS) for this action is 541310. The Small Business size standard is $7 million, in annual average gross revenues for the last three (3) fiscal years. This is not a requirements contract. The contract will consist of a base award period of two (2) calendar years and three (3) one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. The minimum total fee guaranteed to the contract awardee is $2,000.00 within the base period of two (2) years. There is no minimum guarantee for the option years. Work will be issued by negotiated firm-fixed price task orders. Task orders will be primarily for smaller projects with a construction value typically less than $1 million; however, as required, larger projects may be executed under this contract. Based on the typical size of the projects that will be executed against the IDIQ contract, the Iowa National Guard will not pay travel costs associated with type A, B, or C services for task orders. Projects to be designed are not yet determined and funds are not presently available. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All A-E firms are cautioned to review the restrictions of FAR 9.5, Organizational and Consultant Conflicts of Interest and FAR 36.209, Construction Contracts with Architect-Engineer Firms. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large business firms that intend to do contracting must convey their intent to meet the minimum small business goals on the SF 330, Section C. by identifying subcontracting opportunities with small businesses. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal Package. The subcontracting plan is NOT required with this submittal. The National Guard subcontracting goals are as follows: a minimum of 55.0% of the contractor's intended subcontract amount be placed with small businesses (SB), 10.0% be placed with small disadvantaged businesses (SDB), 10.0% be placed with women-owned small businesses (WOSB), 3.0% be placed with HUB Zone small business, and 3.0% be placed with service-disabled veteran-owned small businesses. The services that may be required will consist of, but are not limited to one or more of the following: conceptual design services to include feasibility studies, designs for design bid-build projects, development of performance based (with relationship diagrams) project/design documents for design-build projects, building condition reports, project management and inspection services for construction projects, AutoCADD Services (2010), environmental surveys, master planning, reports, studies, and designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products. Design efforts will be for a wide variety of vertical construction, to include administrative, industrial, and support facilities to meet the needs of the Iowa National Guard. Projects of vertical building construction associated with Iowa National Guard installations, such as aircraft/helicopter hangars, aircraft/helicopter maintenance facilities, vehicle maintenance facilities, support equipment maintenance facilities, administrative offices, base supply facilities, base engineering facilities, dormitory buildings, fire stations, security forces facilities, munitions maintenance and storage facilities, communications and electronic maintenance, repair and training facilities, mobility and aerial port facilities, dining facilities, medical training facilities and other support facilities. Projects will also comprise roadway and military airfield pavements, base utility and infrastructure (water, sewer, storm sewer, power, gas, communications systems and aircraft fuel storage and distribution systems). The following are the significant A/E selection factors in descending order of importance to the Government: (A) Professional qualifications: It is necessary for satisfactory performance of required services, the design team must possess registered personnel with experience on IDIQ contracts in the following disciples: architect, civil engineer, electrical engineer, mechanical engineer, structural engineer, environmental engineer, fire protection engineer, communications specialist, and corrosion engineer. Resumes (Block E of the SF 330) must be provided for all disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, and relevant experience in the type of work required and longevity with the firm. (B) Specialized experience and technical competence: Firms must demonstrate specialized experience and technical competence in the IDIQ type of work required, including: (1) Experience in design of military projects, including production of programming documents, plans and specifications. (2) Design of government and commercial facilities. (3) Experience using automated cost estimating systems (MCACES 2nd Generation (MII) and PACES). (4) Experience providing Comprehensive Interior Design for Government projects including space planning and applicable Code of Federal Regulation rules, pre-wired workstations, furniture, demountable wall systems and knowledge of the acquisition process including applicable FAR and funding limitations. (5) Sustainable design experience utilizing the Leadership in Energy and Environmental Design (LEED) rating tools. (Those firms that have LEED certified projects, LEED registered projects, LEED accredited professionals, and show experience in the LEED design/certification process will be rated more favorable. It is strongly encouraged that all disciplines have at least one LEED Accredited Professional on the design team). (6)Technical competence and experience using the International Building Code (IBC); (7) Design and construction experience conforming to Department of Defense Antiterrorism/Force Protection Construction Standards and DOD Unified Facilities Criteria (UFC 4-010-01); (8) Engineering experience in preparing permit applications relating to construction projects with the various permitting agencies; (9) Performance of surveying and mapping in accordance with A/E/C CADD Standards and nondestructive techniques for locating underground utilities; (10) Experience with automated design tools such as CADD, BIMS, SPECSINTACT, DrChecks and PCASE pavement design; (11) Demonstrate experience using project and program management tools such as Primavera, Expedition, SharePoint or similar systems; (12) Demonstrate experience in evaluating contractor's submittals and performing construction surveillance; (13) Demonstrate the ability to prepare supporting comprehensive master planning maps and plans using the latest versions of ESRI and ArcGIA; (14) Demonstrate experience with preparing the technical portions of a Design Build Request for Proposal package for performance based design build projects; (15) Demonstrate experience in design and survey for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances; (16) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project design-to-cost control, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. To be considered relevant, all experience demonstrated shall be within five years of the date of this solicitation. (C) Capacity to accomplish work in required time: The capacity to accomplish at least 4 individual task orders valued at less than $1 million dollars simultaneously with occasional higher dollar value projects will receive additional consideration. (D) Past performance: Firms will be evaluated based on the overall quality of A/E services provided (i.e. contracts with government agencies and private industry in terms of cost control, quality of work, estimating performance, customer satisfaction and compliance with performance schedules). Provide examples of project specific work with current telephone, fax numbers, and e-mail addresses for each contract/project listed. Evaluations will be based on established ACASS ratings, personal knowledge of Agency members and other credible documentation included in the SF 330. (E) Location: Firms will be evaluated based on their knowledge of the general geographical areas of Sioux City and Fort Dodge Iowa and along with experience with state laws. In addition, the physical location of the office(s) that will support the two installations will be considered. The following additional information shall be provided: Firms with more than one office must provide addresses, telephone numbers, fax numbers, and distinguish by disciplines the number of personnel for each office. In addition, firms should provide a detailed explanation of how projects will be managed between the multiple offices. (F) Volume of work awarded by DoD: Firms shall provide the total award dollars received by any and all DOD activities during the past twelve months. (G) Small Business Participation: Extent of planned participation of with small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUB Zone small business, and Service-Disabled Veteran-Owned Small Business in the proposed contract team, measured as a percentage of the total estimated effort. All offerors are required to complete the representations and certification clauses at the online representation and certification application (ORCA), ORCA and other systems are migrating to the System for Award Management (SAM) effective as of May 29, 2012. To complete ORCA registration, go to: https://www.sam.gov/portal/public/SAM/. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit four (4) completed and bound paper copies, and one (1) electronic Copy (CD) of their SF 330 (Architect-Engineer Qualifications) The SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/type/TOP. Include DUNS number in Block 5 of the SF 330 PART I, Section B. Firms located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 50 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) or IDIQ contract with multiple Task Orders as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages shall not be provided. Offerors must be registered with the Central Contractor Registration (CCR), including the NAICS code they are bidding under, in order to receive a Government contract award. CCR and other systems are migrating to the System for Award Management (SAM) effective as of May 29, 2012. To register with CCR go to: https://www.sam.gov/portal/public/SAM/ The firm must respond to this request by providing a SF 330 (along with the other requirements listed herein) to the Office of the United States Property and Fiscal Officer, Purchasing and Contracting Division, Camp Dodge, 7105 N. W. 70th Avenue, Building #W42, Johnston, IA 50131-1824 by 1:00 P.M. central standard time, 04 Oct 2012. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 1:00 P.M. CST on the closing date specified in this announcement. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be in person and will be scheduled approximately 30-45 days after receipt of submittal packages. Point of Contact (POC) for this synopsis is 1st Lt Renee Rausch, ph. 515-252-4615 or renee.rausch@us.army.mil. Alt POC is CW4 Mark Thompson, ph. 515-252-4248 or mark.lowell.thompson@us.army.mil. All questions shall be in writing to the POC listed above. Phone calls and personal visits for the purpose of discussing this solicitation with ANG engineering personnel are not allowed. To verify your proposal has been delivered you may e-mail the POC's listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-12-R-0006/listing.html)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
 
Record
SN02866400-W 20120906/120905000157-c9ec5b40395838d19d49beadc0eadba3 (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.