Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2013 FBO #4218
MODIFICATION

C -- SINGLE-AWARD INDEFINITE DELIVERY/INDEFINITE QUANITY (IDIQ)

Notice Date
6/10/2013
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-13-R-0023
 
Response Due
6/24/2013
 
Archive Date
8/9/2013
 
Point of Contact
Andrea Palmer, 210-466-2201
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(andrea.g.palmer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for Architect-Engineering qualifications. This acquisition is being procured in accordance with the Brooks Act, as implemented in FAR Subpart 36.6. The objective of this Architectural Services contract is to procure highly specialized services to provide architectural and incidental engineering services. CONTRACT INFORMATION: The Fort Lee Directorate of Public Works (DPW) has a requirement for Architectural and incidental Engineering Services for the preparation of designs, plans, specifications and cost estimates for various projects to support Fort Lee, VA. Other military installations in the surrounding area may also be included by the awarded contract (Collectively, the Tide Water Region). The successful firm must have at least one member of its team that is a registered Professional Architect within the State of Virginia. The Army anticipates awarding a Single-Award IDIQ contract with a three-year ordering period. The successful firm will be guaranteed a one-time minimum of $10,000.00. The maximum contract amount shall not exceed $3,000,000.00 for the life of the contract. The minimum task order amount is expected to be $100,000.00 and the maximum task order amount is expected to be $300,000.00. The estimated contract award date is 23 September 2013. The North American Industry Classification System (NAICS) code for this acquisition is 541310 for Architectural Services; the Size Standard is $7 million. PROJECT INFORMATION: The general scope of work includes, but is not limited to: Architect Services and engineering design coordination for the preparation of designs, plans, specifications and cost estimates for various projects, designs and/or feasibility studies for new structures, various repairs, alterations and/or improvements to barracks, administrative facilities, warehouses, training buildings and other existing facilities. Work may also include preparation of building condition reports, rehabilitation of historic buildings and structures, project management and inspection services for construction projects, and CADD services, including the scanning or digitization of existing construction drawings. Rating factor categories are listed in descending order of importance: SELECTION CRITERIA: The selection criteria are listed below. The required services be considered in the evaluation of all criteria. Each Firm must demonstrate their qualifications (including subcontractors) with respect to the selection criteria listed below. Evaluation criteria (1) through (6) are in descending order of importance and are primary evaluation factors. Criterion (7), (8), and (9) are in descending order of importance and are secondary. SF's 330 will be evaluated to determine the most highly qualified firm/team. Failure to provide requested data or comply with the instructions in the Synopsis (including attachments) could result in a firm being considered less qualified or being eliminated from consideration. Specific evaluation criteria include: 1.Relevant and Specialized experience and technical competence of design teams individually and collectively as a total team (including joint venture and mentor-prot g ) - in descending order of importance within this category: a)Multiple Projects with a multiple discipline design team concurrently. Indicate work completed under current and/or recently multiple projects with a multi-discipline design team concurrently and IDC. Include Contract number(s), Point of Contact, telephone number(s) and email address (es) for each; b)Antiterrorism design for Federal facilities (UFC 4-010-01), energy conservation, pollution prevention, waste reduction, the use of recovered materials and the LEED rating system for energy conservation and sustainability; c)Designing for JOC Construction and JOC estimating; d)Designing projects for military Barracks, Training Buildings, Simulation Buildings, Administrative facilities, and Warehouses; e)Designers use of UFC 3-600-01 Fire Protection Engineering for Facilities, the International Building Code (IBC), National Fire Code, and State Building Codes in designs; f)Estimating with EUROJOC, R.S. Means, and MCACES estimating software; g)Computer resources to include accessibility to, familiarity with and possession of the following items: - Construction Criteria Base (CCB); -SPECINTACT and Master Format Specifications Systems; - MCACES Estimating System; -In-house AUTOCADD capability, version 2012 and/or later version(s); - Dr. Checks (for projects constructed through the Corps of Engineers). The evaluation the specialized experience and technical competence shall be based on experience from the last three years. The prime firm and key subcontractors (i.e. any subcontract which equals 10% or more of the prime contract) shall have experience working together; the effectiveness of the proposed project team is also a consideration. If a prime contractor is using key subcontractors experience to qualify, the prime contractor shall submit letters of commitment from those subcontractors and any key personnel. 2.Professional experience and qualifications - Submit a Project Organizational Chart that includes team members. The chart shall identify the licensed/registered Key Personnel identified below. Clearly describe the prime responsible firm (or firms if a joint venture or mentor-prot g ) and individuals as well as the roles and responsibilities of individuals proposed as consultants or subcontractors. Key Personnel: Identify the qualifications of key personnel in the disciplines listed below. Offeror shall note if one individual is proposed for more than one position. For joint venture partner, mentor-prot g and/or each sub-consultant shall provide letters of commitment to the project team. The firm agrees to assign to the contract those persons whose resumes, personnel data forms or personnel qualification statements were submitted. If personnel for whatever reason becomes unavailable for work under the contract for a continuous period exceeding 30 working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the firm shall propose a substitution of such personnel. All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least 15 days prior to the proposed substitution. All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person being replaced. Primary disciplines include: (1) Principal in Charge (2) Project Manager (3) Architect (4) Interior Designer (5) Specification Writer (6) CADD Technician (7) Historic Preservation Specialist (8) Roofing Specialist Secondary disciplines include: (1) Mechanical Engineer (2) Electrical Engineer (3) Fire Protection Engineer (4) Civil Engineer (5) Structural Engineer (6) Plumbing Specialist (7) Construction Inspector (8) Certified Industrial Hygienist (CIH) (9) Environmental Engineer (10) Environmental Technician (11) Geotechnical (12) IT/Telecommunication Technician (13) Cost Estimator A Certified Industrial Hygienist (CIH) must be part of the design team, to the meet the anticipated project requirements. Other personnel shall be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of the key personnel will consider education, training, registration, overall and relevant experience and longevity with the firm. 3.Capacity: Demonstrate capacity, experience and an effective organizational structure, project team to accomplish up to an estimated three (3) task orders simultaneously, totaling $500,000 to $600,000 in a 180-day period. Identify the full potential value of each current Indefinite Delivery contracts that the firm has with the Government. Capacity will be evaluated in accordance with FAR 36.602-1(a)(3). 4.Design Quality Control Management Plan: Provide a design quality control management approach tailored to this procurement, specifically explaining how the firm will maintain the quality of the design and control the estimated cost of construction, as designed. The firm shall define the system that will be in place at the time of contract award to assure the design quality is maintained and provide a comprehensive description of how the quality control process will be executed, including names and designations of the primary professionals, who will be responsible for independent quality review (apart from key personnel design team members). A proposed management plan shall be presented in Section H of SF 330. The plan will be evaluated for experience producing quality designs based on an evaluation of the firm's design quality management plan. The design management plan should briefly address the management approach team organization, quality control procedures, project cost estimating control and design schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects in addition Section D of SF 330 should include an organization chart. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffed at this office. 5.Past Performance: The firm shall provide a maximum of five example project performed by either the prime firm or key subcontractor demonstrating recent experience. The agency will review only the maximum allowable projects in order of submission; any projects thereafter will be disregarded. Relevant experience is defined as similar in size, scope and complexity to the services identified herein. Recent experience is experience within the last (3) years from the date of this announcement. More recent past performance shall be considered more advantageous. Past performance of the prime firm and any key subcontractors on recent and relevant contracts as determined from Past Performance Information Retrieval System (PPIRS), ACASS ratings and other sources. PPIRS will be queried for all prime firms to assess performance risk. The evaluation of this factor will be based on the past performance information for a maximum of (3) years from the release of this announcement. Performance evaluations for any key subcontractors may also be considered. The Government may elect to consider any credible information obtained from other sources in addition to those identified by the firm if adequate information is not available in PPIRS. In the event that adverse past performance information is obtained from other sources, the firm will have the opportunity to respond to any adverse information received which it had not had a previous opportunity to comment. Past Performance on DoD and other contracts with respect to quality of work, and project cost estimating control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. 6.Knowledge of Locality: A firm's knowledge of the locality will be met with the required Virginia Professional license requirements. SECONDARY SELECTION CRITERIA: The secondary criteria at (7), (8) and (9) below will only be used, as needed additional discriminators among firms considered essentially technically equal. 7.Geographic Proximity: Location of the firm within the general geographical area of Fort Lee, VA. ***This selection criterion will be utilized only if the application of which leaves an appropriate number of qualified firms.*** 8.SB and SDB Participation: All offerors will be evaluated on the extent of participation of small business; including women-owned, small disadvantaged business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Offerors must propose goals for Small Business Participation. The work to be performed directly by a small business prime offeror will be evaluated as follows (1) the extent of commitment to SB firms (for example, enforceable commitments are to be weighted more heavily than non-enforceable ones); (2) the complexity and variety of the work small firms are to perform; and (3) Past performance of the offerors in complying with requirements of the clauses at FAR 52.219-8, Utilization of Small Business Concerns, and 52.219-9, Small Business Subcontracting Plan. Large business firms must comply with FAR 52.219-9 quote mark Small Business Subcontracting Plan quote mark. The subcontracting goals/targets are as follows: Small Business38% of total subcontracted dollars Small Disadvantaged Business24% of total subcontracted dollars Woman Owned Small Business15% of total subcontracted dollars HUBZone Small Business5% of total subcontracted dollars Service Disabled Veteran Owned Small Business3.5% of total subcontracted dollars The subcontracting plan IS NOT required as part of this submittal. The subcontracting plan will be requested with the Request for Proposal. 9.Volume of DoD Contract Award: Please list the total value of all A-E contracts-awarded in the last 12 months. For indefinite-delivery contracts, please list the total value of task orders actually issued by agencies in the last 12 months, and not the potential value of the contracts. Unexercised options will not be considered. In accordance with Federal Acquisition Regulation (FAR) 52.204-99, contractors must register in the System for Award Management (SAM) database to be eligible for award. You may access SAM at https://sam.gov or 1-866-606-8220. This acquisition is unrestricted and will be competed using A-E selection procedures in accordance with FAR 36.6, Architect-Engineer Services. This is not a Request for Proposal. Offerors are hereby notified that if selected as the most highly qualified firm, the response time for the issued Request for Proposal is estimated to be 15 days or less. Interested firms desiring consideration shall submit appropriate data described in the Standard Form 330 (SF 330), Architect-Engineer Qualifications Part I and Part II. All information must be submitted on the SF 330, and shall not include other formats referencing the SF330 in lieu of submitting the SF 330. Fully completed Part I and Part II sections of the SF 330 must be submitted. A Part II SF 330 must be submitted for each specific branch office, as applicable. Include a cover letter addressing whether your firm is a large or small business (based upon the SBA size standard criteria of $7,000,000 average annual receipts for the past three years). The cover letter should also provide a contact list of personnel authorized to negotiate on behalf of the firm. Offerors shall submit one hard-copy submittal and one digital copy of the SF 330 on CD-ROM or DVD. Digital files shall be in Microsoft Word or searchable Adobe Acrobat Portable Document File (.pdf) format. The electronic copies of the proposal shall be an exact duplicate of the submitted paper proposal. The Government will not perform a word-by-word check of the paper submission against the electronic submission. However, if discrepancies are identified between the electronic copies and the paper proposal, the digital proposal shall prevail. The hard-copy submission shall be bound in a three-ring loose-leaf binder. Page limitations are as follows: SF 330 SectionSection TitlePage Limitation SF 330 - Part I (A-E,G, I)No limitation SF 330 - Part I (F)Example of Projects Which Best Illustrate QualificationsLimited to 5 projects, 3 pages each (Projects must have been completed in the last 3 years) SF 330 - Part I (H)Additional Information20 pages SF 330 - Part IINo limitation Respond to this announcement not later than 24 June 2013 at 4:00 pm (CST) for consideration. Submissions shall be sent to: Mission & Installation Contracting Command - Fort Sam Houston Center (MICC-FSH), Attn: Andrea Palmer, 2205 Infantry Post Rd., Fort Sam Houston, TX 78234. Please note that all interviews will be conducted via teleconference. The deadline for questions in regard to the content and instruction of this synopsis is 7 June 2013. Questions and/or comments shall be addressed to Andrea Palmer (andrea.g.palmer.civ@mail.mil) only. Any questions and/or comments received after 7 June 2013 will not be considered for response. All timely questions and/or comments will be addressed and subsequently posted on the FedBizOpps website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cca9a8ac98f849aec1ad6949a342e863)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
Zip Code: 78234-1361
 
Record
SN03085287-W 20130612/130611000846-cca9a8ac98f849aec1ad6949a342e863 (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.