Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2013 FBO #4149
SOLICITATION NOTICE

C -- IDIQ Architecht and Engineering (A&E) Title I and II Services - Past Performance Questionaire

Notice Date
4/2/2013
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-13-R-A003
 
Archive Date
5/18/2013
 
Point of Contact
H A Fehn, , Carrie J. Piascik,
 
E-Mail Address
h.fehn@nellis.af.mil, Carrie.Piascik@nellis.af.mil
(h.fehn@nellis.af.mil, Carrie.Piascik@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionaire NOTICE TO OFFERORS: THIS IS NOT A REQUEST FOR PROPOSAL 1. CONTRACT INFORMATION Multi-discipline A-E design services for Nellis AFB, Creech AFB and surrounding Ranges, in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. The Government anticipates award of two (2), Not-To-Exceed Multi-discipline A-E IDIQ contracts for Title I and Title II services, resulting from this notice as a competitive full and open solicitation with no small business set aside. Anticipated award date is June 2013. NAICS code is 541310 - Architectural Services, size standard is $7M. The anticipated performance period will be a base period of one year with four, one-year options. The Government will guarantee a minimum of $5,000 under each contract's base year. Cumulative amount of all task order fees will not exceed $2,000,000 over the life of each contract. Work will be issued by negotiated firm-fixed-price task orders. Individual task order values will not exceed $1,000,000. Should the incumbent A&E contractor's option not be exercised, or if termination of contract(s) occurs, the process for selecting replacement contracts shall follow the same process and procedures as used in selecting and awarding the basic A&E awards. The Government reserves the right to evaluate submissions from the initial list. Points of Contact Augusta Fehn, Contracting Specialist, Phone (702) 652-8482, Email h.fehn@nellis.af.mil Carrie Piascik, Contracting Officer, Phone (702) 652-9119, Email carrie.piascik@nellis.af.mil 99th Contracting Squadron, 5865 Swaab Blvd Bldg 588, Nellis AFB NV 89191 2. SERVICE DESCRIPTION The 99th Contracting Squadron will be soliciting for two (2) Indefinite Delivery Indefinite Quantity (IDIQ) Multi-discipline Architect-Engineer (A-E) Contracts for Title I, Design Services, and Title II, Inspection Services. Such services shall consist of architectural, civil, structural, mechanical, electrical, fire protection, landscape, environmental, and topographical cadastral and geotechnical surveys of existing conditions or facilities and field surveys for topographic or locative purposes; development of documentation and reports for conceptual solutions, design criteria, environmental assessments, and impact analysis; producing economic analysis, detailed cost estimates, construction drawings and specifications, bid schedules, color boards and renderings, and any other documentation necessary to execute a maintenance, repair, alteration, and/or construction project. The area of work shall include, but not be limited to, Nellis and Creech Air Force Bases and portions of the Nevada Test and Training Range (NTTR). The A E shall perform other A E services that are not Title I Services as ordered by the Contracting Officer. Such services may include but are not limited to review of contract submittals, review of shop drawings, and preparation of change orders, fact-finding studies, surveys, investigations, developing design criteria, interior design, and preparing base comprehensive plans (BCP), and other professional A E services not necessarily connected with a specific construction project. Environmental work may include remediation projects and hazardous, toxic, and radioactive waste (HTRW) studies. Work may include developing Requests for Proposals for design-build projects. Specific work requirements will be provided to the A E by the Contracting Officer in the form of written Task Orders issued as individual delivery orders to this contract. Title II services would require 1 to 4 full time inspectors to provide supervision of construction, review of contractor submittals and shop drawings, and as-built drawings as well as prepare changes order documents. The primary responsibility of the inspector is to provide the Government with documentation whether or not the construction conforms to the design drawings and specifications. 3. INSTRUCTIONS TO OFFERORS Qualified firms desiring consideration shall submit five (5) hard bound tabbed copies and two (2) CDs containing the following: Standard Form (SF) 330, Part I and Part II - Architect-Engineer Qualifications and the submission requirements contained in Section 4 (Paragraphs A-H), Evaluation Criteria, of this advertisement. An SF 330 is also required for each consultant or joint firm. Submissions are due by 4:00 PM PST on 3 May 2013 to the 99th Contracting Squadron as noted in Section 1, Contract Information, of this advertisement. Fax submissions are not acceptable. Nonresponsive submissions will not be considered by the A-E selection board. Text for each applicant is limited to 50 pages each, 10 point font minimum, exclusive of indexing tabs, project photos or drawings with brief captions. The SF 330 is available on the GSA website http://www.gsa.gov/portal/forms/download/116486. All firms are advised that registration in the System for Award Management (SAM), previously CCR, database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website: http://www.sam.gov. This is not a request for proposal. Please send questions/comments, referencing the solicitation number, via email to Augusta Fehn at h.fehn@nellis.af.mil. 4. EVALUATION CRITERIA Submissions received in response to this notice will be evaluated by a board of professional engineers and others in accordance with FAR Part 36.6 and PL 92-582 (Brooks A-E Act). The evaluation board will hold discussions with the top 3, most highly qualified firms during the final selection process. The following adjectival ratings will be used to evaluate the documentation submitted: Outstanding: Submittal meets requirements and indicates an exceptional approach and understanding of the requirements. Submittal contains multiple strengths and no deficiencies. Good: Submittal meets requirements and indicates a thorough approach and understanding of the requirements. Submittal contains at least one strength and no deficiencies. Acceptable: Submittal meets requirements and indicates an adequate approach and understanding of the requirements. Submittal has no strengths or deficiencies. Marginal: Submittal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. Unacceptable: Submittal does not meet requirements and contains one or more deficiencies. Firms will be ranked in order of the most highly qualified according to the following selection criteria listed in descending order of importance. A. Professional qualifications necessary for satisfactory performance of required services. 1. Submission requirements: • Submit personal resumes that best demonstrate the firm's professional qualifications, including specific licenses and registrations relevant to the solicitation requirements. All technical disciplines listed in Section 2 of this advertisement shall be represented in order to obtain the most favorable rating. • Complete and submit a summary disclosure for each discipline, principal, project manager, and other support personnel, for up to 20 disciplines, that will handle work for the solicited task orders. Each resume package may not be longer than two (2) pages in length. Identify Professional Engineer licenses and certifications and state licensed. 2. Basis of Evaluation: • The evaluation of professional qualifications will include but is not limited to the subjective assessment of the firm's individual resumes as required in the solicitation. • Firms unable to demonstrate required qualifications necessary to perform these kinds of designs may be considered non-responsive. Failure to provide requested data may negatively impact a firm's rating. • Higher ratings for this may be given when the firm's specific personnel demonstrate excellent or very good credentials, above and beyond those usually expected and relevant to the solicitation. B. Specialized experience and technical competence in the type of work required, including but not limited to, experience in energy conservation, pollution prevention, waste reduction, Leadership in Energy and Environmental (LEED) Design and the use of recovered/recycled materials. Specialized experience pertains to the types and volume of work previously or currently being performed by a firm that are comparable to the types of work covered by this requirement. 1. Definitions: • Experience measures the degree to which a firm has completed projects relevant to subject solicitation. • Specialized work means design projects similar in scope, size, construction features, dollar value, and complexity as on an Air Force Base. This includes the ability to analyze existing facilities and building systems and develop economical solutions for upgrading and repair to meet new requirements. Also work experience with Department of Defense and Air Force construction standards such as the Unified Facilities Criteria, Sensitive Compartmented Information Facilities, Special Access Program Facilities, and antiterrorism/force protection standards. Projects submitted outside these parameters will be assigned lower ratings. • Similar dollar value is considered construction projects of $100,000 and greater. • Similar complexity is considered projects of an operational likeness and similarity to this solicitation. • "Within the past five (5) years" shall mean from date of package submission to five (5) years prior. 2. Submission requirements: • Submit up to three (3) relevant projects, accomplished within the past five (5) years that best demonstrate your relevant experience to the solicitation requirements. A firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. • Complete and submit a data summary sheet for each project. Each project data package may not be longer than two (2) pages in length and may include verbiage, graphics and photos. • Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. 3. Basis of Evaluation: • The evaluation of specialized experience will include but is not limited to the subjective assessment of the firm's resume of the type of work required in the solicitation. • Firms unable to demonstrate proven competence to perform these kinds of projects may be considered non-responsive. Failure to provide requested data may negatively impact a firm's rating. • Higher ratings for this may be given when a proposal demonstrates project examples of excellent or very good examples of projects relevant to the solicitation. • Higher ratings may be given to firms that demonstrate experience in developing Request For Proposal (RFP) documents for design-build projects where firm developed a 10% or 35% design package along with a detailed project Scope of Work for bidding by design-build contractors. C. Capacity to accomplish multiple task orders up to $1,000,000 per task order within the required time frame. Identify the firm's past and present workload, and convey the understanding of being able to handle several task orders concurrently and within prescribed deadlines/constraints. 1. Submission Requirements • Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's approach to accomplishing multiple, concurrent task orders with emphasis on meeting prescribed deadlines. 2. Basis of Evaluation: • Evaluation of this factor will be a subjective assessment of the firm's ability to clearly demonstrate an understanding of multiple task order project goals and requirements set for the completion of multiple, concurrent task order projects within prescribed deadlines. • Higher ratings may be given for this factor when information provided exceeds the minimum requirements. D. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Past performance relates to how well a firm has performed on substantially completed projects, within the past five years. 1. Definitions: • Past performance is a measure of the degree to which a firm satisfied its customers in the past and complied with applicable laws and regulations. • Government agencies are defined as local, state, and federal entities. • Private industry is defined as non-governmental clients. • "Within the past five (5) years" shall mean from date of package submission to five (5) years prior. • The term "substantially complete" shall mean a fully designed project with construction of the facility/project more than 80% complete. 2. The solicitation will require the following: • Firms shall have customers complete Past Performance Questionnaires and customers shall submit them directly to the Government. • Past Performance Questionnaires shall include specifics for each project submitted, but not be limited to, the following information:  Project description, Contract amount, Dates, and Client information;  Providing a dialogue and a resulting rating for the areas of Quality, Professionalism, Cooperativeness, Problems, Adherence to schedule, Cost control, and Customer satisfaction;  Answer the question - "Would you award this firm another contract?" • Firms shall have previous clients submit design and construction projects Past Performance Questionnaires that are the same as the projects included in its proposal for Relevant Experience. Ensure correct phone numbers and email addresses are provided for the client point of contact. Failure to provide requested data or to provide an accessible point of contact may negatively impact a firm's rating. • Completed Past Performance Questionnaires are to be emailed or mailed from the client directly to the Government Contracting Officer and are not to be submitted via the firm. In order for the client evaluation to be considered, the Past Performance Questionnaires must be received no later than the due date/time of the SF 330 package. • The design firm shall have a minimum of three (3) past performance questionnaires, and a maximum of five (5) submitted by their clients. • Firm to submit Past Performance Questionnaire to clients that:  Are knowledgeable of the firm's past performance.  Are willing to be interviewed by the Government using the past performance questionnaire. • Firms are encouraged to describe problems encountered on projects submitted for past performance and describe the corrective action taken to resolve the issue(s). Firms will also submit recognition documents received in the last five years, such as awards from clients, customers or professional organizations received within the last five (5) years. • In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of firm team members (partnership, Joint Venture, or parent company's subsidiary or affiliate), inquiries of owner representative(s), and any other known sources not provided by the firm. • While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm. 3. Submission requirements: • Submit up to four (4) relevant projects designs complete or substantially construction complete within the past five (5) years that best demonstrates your relevant experience to the solicitation requirements. Firm is at risk of receiving a lower rating if fewer than four (4) relevant projects are submitted. Firm may receive a higher rating if one of the four (4) projects involved developing a Request for Proposal (RFP) for a government design-build project • Complete and submit a project data summary sheet for each project. Each project data package may not be longer than two (2) pages in length. • Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. • Questionnaires. Firm is at risk of receiving a lower rating if fewer than three (3) Past Performance Questionnaires are received. Firm's are however limited to no more than five (5) Past Performance Questionnaires total. Ratings will not be affected by a firm that supplies more questionnaires than another. The number of ratings merely helps to clarify a firm's true past performance record. If more than 5 questionnaires are received, only the first 5 questionnaires received will be reviewed. 4. Basis of Evaluation: • Failure to provide requested data or to provide an accessible point of contact (POC) may negatively impact a firm's rating. • The evaluation of past performance will include but is not limited to the assessment of the firm's commitment to customer satisfaction, timely delivery of quality work, the firm's record of conforming to specifications, successful implementation of quality control procedures; adherence to schedules; and history of reasonable and cooperative behavior. • Firms unable to demonstrate proven competence to perform projects similar to the requirements of the solicitation may be considered ineligible for award. • Higher ratings for this may be given when a proposal demonstrates excellent or very good ratings for past performance and customer satisfaction on projects relevant to the solicitation. • Higher ratings may be given for the following:  Demonstration of design-build experience most closely related to the requirements of this solicitation.  Demonstration of sustainable design experience (e.g. LEED projects).  Specific work with Department of Defense Agencies, with the highest rating given to work with Department of the Air Force • Evaluating past performance may include information provided by the firm, inquiries with previous customers, Government databases (Past Performance Information Retrieval System (PPIRS), Architect-Engineer Contract Administration Support System (ACASS)), and any other publicly available sources. • While the Government may elect to consider data obtained from other sources, the burden of providing detailed, current, accurate and complete past performance, experience, and safety information rests with the firm. E. Location in the general geographical area of Nellis AFB (within 300 miles from Las Vegas, NV) and knowledge of the locality of the base. 1. Definitions: • 300 miles is measured by using the free online web mapping service, www.google.com inputting driving directions criteria from the firm's physical address to Nellis AFB, NV 89191 • Knowledge of the locality is defined as familiarity of applicable codes and regulations in place for the area, as well as the local, southern Nevada climate, conditions, building construction standards, and materials. • Firms incorporated offices are applicable to this requirement, satellite offices and geographically separated offices do not meet this requirement. 2. Submission requirements: • Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's location. 3. Basis of Evaluation: • Firms located more than 300 miles from Nellis AFB, NV will be given the minimum acceptable rating (acceptable). • Firms located within 300 miles of Nellis AFB, NV will be given a higher rating than those firms outside 300 miles from Nellis AFB, NV.  Higher ratings for this evaluation criteria may be given as follows:  Firms located within 300 miles of Nellis AFB, NV will be given a higher rating (good).  Firms located within 50 miles from Nellis AFB, NV will be given the highest rating (outstanding). • A subjective determination of the firm's statement of knowledge of the locality and how it was obtained relative to the requirements of this solicitation. F. Implementation of the Design Quality Control Program. Identify the roles and responsibilities of the major personnel of the firm and depict the understanding and implementation of Quality Control procedures for task orders. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. 1. Submission Requirements: • Provide a narrative, (maximum of two 8 ½" x 11" pages) that discusses the firm's approach to the task orders with emphasis on the envisioned role of the design team with regard to Quality Control. 2. Basis of Evaluation: • A subjective determination of the firm's statement of knowledge of Quality Control and how it will implement Quality Control procedures relative to the requirements of this solicitation. • Higher ratings may be given for this factor when information provided exceeds the minimum requirements. G. Program management process/plan for handling Nellis/Creech AFB projects. Identify the roles and responsibilities of the major personnel of the firm and depict the lines of communications envisioned for the design tasks between the firm and with the Government. 1. Submission Requirements: • Provide an organizational chart (no larger than 11" x 17") depicting the relationships between the firm and all partners and/or subcontractors/consultants to be associated with this solicitation and identifying each of the firms key positions/personnel and their role in managing work for these task orders. • Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's Program management approach to the task orders. 2. Basis of Evaluation: • Evaluation of this factor will be a subjective assessment of the firm's ability to clearly demonstrate an understanding of the task order projects goals and requirements and set forth a realistic approach for the design of the task order projects. • Higher ratings may be given for this factor when information provided exceeds the minimum requirements. H. Commitment to Small Business 1. Submission Requirements • Provide a narrative (maximum of one 8 ½" x 11" page) explaining the extent of participation of Small Business (specifically small business, certified 8(a), certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB)), woman-owned small business (WOSB), and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort, as defined by the Small Business Administration size standard (www.sba.gov). • If the firm is proposing to perform the work as a joint venture or under a mentor-protégé program, this shall be explained in the narrative as well. The mentoring program shall be finalized with the SBA prior to submission of the SF330 package, and the firm shall show documentation (from the SBA) of the finalized arrangement as an attachment to the narrative. 2. Basis of Evaluation: • Firms that are a small business under NAICS 541310 will be given the highest rating (outstanding). • Firms that are classified as a small business under NAICS 541310 as a joint venture or mentor-protégé program will also be given the highest rating (outstanding). • Firms that are classified as other than small business under NAICS 541310 will be will be given the minimal acceptable rating (acceptable). 5. ADDITIONAL INFORMATION All questions regarding this advertisement must be submitted via email to h.fehn@nellis.af.mil by 4:00PM PST on 17 Apr 2013. SF330 packages are due by 4:00PM PST on 3 May 2013. Late responses are subject to FAR Provision 52.214-7. This is not a Request for Proposal, do not provide information on pricing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-13-R-A003/listing.html)
 
Record
SN03025878-W 20130404/130402234402-ffb899b36cf061583c376f2a169864eb (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.