MODIFICATION
C -- Four firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services contracts for Tennessee National Guard.
- Notice Date
- 12/11/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
- ZIP Code
- 37204-0748
- Solicitation Number
- W912L7-14-R-0001
- Response Due
- 12/20/2013
- Archive Date
- 2/9/2014
- Point of Contact
- teresa.a.baxter.civ@mail.mil, 615.313-2658
- E-Mail Address
-
USPFO for Tennessee
(teresa.a.baxter.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS DESCRIPTION: Indefinite Delivery/Indefinite Quantity Architect and Engineering Services Contract. The United States Property and Fiscal Office (USPFO), Tennessee National Guard, intends to award four firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services contracts. This announcement is being synopsized as unrestricted. Small business size standard is $14.0 Million for NAICS 541330. The Point of contact for this announcement is Teresa Baxter. Submit questions to teresa.a.baxter.civ@mail.mil. CONTRACT INFORMATION: The work requires multi-discipline professional A-E services for various projects throughout the State of Tennessee for the Tennessee Air National Guard/Tennessee Army National Guard. The services provided are to be conforming to the Brooks Act (PL) 92-582. The selection of a firm is not based upon competitive bidding procedures, but rather the process for A-E firm selection described in Federal Acquisition Regulation (FAR) 36 using the competitive ranking of firms based upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. The competitive ranking will be followed by negotiations with the four (4) most highly ranked firms and continuing to lower ranked firms. If satisfactory terms are not reached with the preferred firm as described in FAR 36.606 the next conforming firm will be contacted for negotiation. The A-E firm must be capable of responding to and working on multiple task orders concurrently. All firms responding to this announcement are cautioned to review FAR 9.5 - Organizational and Consultant Conflicts of interest; and FAR 36.209 - Construction Contracts with Architect-Engineer firms. The United States Property and Fiscal Office (USPFO) for Tennessee intends to award four (4) Firm-Fixed-Price Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts, with Options, for support of National Guard activities throughout the State of Tennessee (Tennessee Air National Guard/Tennessee Army National Guard). The A-E IDIQ contract will be established for a base period of one (1) year with options exercisable for four (4) successive one (1) year option periods. A one-time minimum guaranteed amount for the contract is $1,000.00; and a cumulative $10 Million ceiling will apply for the duration of the contract with a $2,000,000 limit per year with $500,000 on individual Task Order except in unusual circumstances and approved by higher headquarters up to $750,000.00. There is no minimum guarantee for the option years or extensions. Firm-Fixed-Price (FFP) Task Orders are anticipated to be awarded against the A-E IDIQ contract. The Government anticipates that this announcement will result in the award of four contracts to provide services to support locations/activities on a statewide basis. Offerors will note that there will be no travel paid on any of the resulting task orders; exceptions will be specifically authorized by the contracting officer and only in very unusual circumstances. DUTIES: Work will involve a broad variety of investigative, design and construction monitoring services (Types A, B, and C services respectively), in accordance with applicable Army, Air Force and National Guard regulations/standards for facility design and construction and miscellaneous other services which include, but are not limited to: Investigative, design and/or monitoring services for design-bid-build and criteria consultant services for design-build projects pertaining to repair, maintenance, alteration or new construction of facilities and aviation-related structures; scope development, design criteria and conceptual designs; feasibility and planning studies; field investigations; plans and specifications; historical preservation and archaeological services, studies and reports; topographic subsurface investigation and other surveys; anti-terrorism/force protection; space planning and interior design; construction cost estimating; quality control; asbestos and lead-based paint assessment and abatement; building evaluation reports; construction management; life safety studies; fire protection measures; life cycle cost analyses; landscaping design; miscellaneous design and problem analyses; independent technical review of product submittals; and on occasion, participation in peer review processes and source selection boards. Designed projects will incorporate but are not limited to applicable sustainable design methods and practices in accordance with EPACT 2005 (or current regulation) and ANG Sustainable Design and Development policies. DISCIPLINES: The work will require primarily architectural; mechanical, electrical, civil and structural engineering; cost estimating; and specification writing services, but may also necessitate, but is not limited to geotechnical, toning/subsurface mapping, environmental, fire protection, historic preservation and archaeological monitoring and surveying services and the services of an industrial hygienist, space planner/interior designer, landscape architect or designer, construction manager/inspector, USGBC LEED accredited professional, Registered Communications Distribution Designer, and professionals other disciplines with specialized experience. SELECTION CRITERIA; FAR 36.602-1(a): Failure of a firm to address the specified qualifications will result in the incontrovertible determination that the contractor's proposal is non-compliant with the submission requirements. Firms will be evaluated on the following factors and A&E selection criterion, included in descending order of importance: (1)PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services. Address professional qualifications by education, training, registration, certifications, overall and relevant documented specialized experience of key individuals in the discipline of Architecture; Mechanical, Civil, Electrical, and Structural Engineering; and Interior Design. (2)SPECIALIZED EXPERIENCE and technical competence in the type of work described in CONTRACT INFORMATION and DUTIES, including experience in energy-efficient products and services, products and services that utilize renewable energy technologies, waste reduction, environmentally preferable products and services, and use of recovered/recycled materials. (3)CAPABILITY TO ACCOMPLISH the work in the required time. Discuss ability to meet the potential of working on multiple task orders at one time. Address your ability to sustain the loss of key personnel yet accomplish the work within required times. Address your management approach, organizational flow chart showing the inter-relationship of management and various team components, management and coordination of disciplines and subcontractors, and quality control procedures. Address your capability to furnish drawings in CADD format; text documents in Microsoft Office format; and specifications as an Adobe Acrobat PDF file. (4)PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. List, but do not submit, no more than five (5) actual copies of recent awards, commendations or other superior performance indicators. (5) OFFICE LOCATION (of the company performing the work) in the general geographical area must be located in one of the three designated areas in the State of Tennessee, West, East and Middle Tennessee. Office location(s) are required in the area of application. One for West, One for East, one for Middle and the last consideration requires the contractor to include an in-depth description and plan to reach all areas in the State of Tennessee to perform work. All contract work associated with these awards will be performed within the State of Tennessee. Address specific knowledge of Tennessee topography and soil conditions, weather conditions, and knowledge of State of Tennessee local building codes and practices. (6)VOLUME OF WORK performed in the previous 24 months under contracts awarded by Department of Defense. SUBMISSION REQUIREMENTS: THIS IS NOT A REQUEST FOR PROPOSALS. Interested Architect-Engineer firms having the capabilities to perform the anticipated work are invited to submit two (2) completed and bound paper copies of their SF 330 (Parts 1 and II) (Architect-Engineer Qualifications) and one complete electronic copy of all documents, parts I, parts II, and all other submittals labeled properly on CD/DVD (writable). The CD/DVD will not substitute for the hard copy submission. The CD/DVD must be writable and properly formatted before adding documents. Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part 1, Section B. FONT SIZE will be at least 10 pitch on white letter-sized paper (8-1/2 inches by 11 inches), limited to 20 double-sided sheets, stapled, fastened or bound. Do NOT furnish design portfolios, prints, magazines, newspaper clippings and/or CDs of completed projects. Provide a DD Form 254 for each SF330 entry (keep the completed form directly behind the applicable SF330). Guide for DD254 can be found, at: http://www.cdse.edu/documents/cdse/DD254.pdf. Indicate on one page by itself at the end of PART II, if the offering company has had a DCAA Contract Audit. If the answer is yes provide the date of the last review, findings, and any corrections made (Do not provide the Audit itself. The most highly rated companies may be asked in solicitation to provide documentation if applicable.). The Defense Contract Audit Agency (DCAA) manual can be found at: http://www.dcaa.mil/cam/Chapter_04_-_General_Audit_Requirements.pdf. Submission Cover letters and or extraneous materials are NOT desired and WILL NOT be considered by the selection boards. Visiting bases or the contracting office for the purpose of discussing this announcement or any part of the Submittal are not be allowed. All requirements of this notice must be met for a firm to be considered responsive. Solicitation packages will not be provided. Qualification submissions must be received no later than 3:00:00 p.m., Central Time, on December 18, 2013. Submission may be hand-carried to the USPFO-TN Purchasing & Contracting Office 3041 Sidco Drive, Hugh B. Mott Building, Suite 202, Nashville, Tennessee 37204. The government is not responsible for any contractor that cannot gain entrance on base to deliver their qualifications/submittals. Arrive early enough to have security complete process for entrance. Facsimile transmissions will not be accepted. Late proposal rules in FAR 15.208 will be followed for submissions received after 4:00:00 p.m. Central Time on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. All information relating to this synopsis, including pertinent changes/amendments and information prior to the date set for receipt of AE Qualification Submission will be posted on the following website: https://www.fbo.gov. To be eligible for contract award, a firm must be registered System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. Contractors must provide DUNS number to register. Instructions for registering are on the SAM web page. Firms should be registered well in advance of the closing date for submission of the SF 330 as the process should be expected to take 3 - 5 days. Qualification submissions must include the applicable area of submission: Middle Tennessee, West Tennessee, East Tennessee, or Army Tennessee. The company must supply separate submission(s) for each area. MODIFICATION: Questions and Answers for synopsis requirements W912L7-14-R-0001: Question 1: In the synopsis of Solicitations W9122L7-14-R-0001 and W912L7-14-R-0001 for the Tennessee National Guard that quote mark there will be no travel paid on any of the resulting task orders. quote mark Could you please clarify quote mark travel quote mark for me? I would assume that this would refer at least to lodging and per diem, but does it also include vehicle/gas costs? Answer 1. First the Synopsis W9122L7-14-R-0001 is cancelled. Use the W912L7-14-R-0001, it is a correct one. Second, the travel cost will be in your burdened rate(s) there will not be any travel paid. This is a directive from the PARCs office so this is not subject to change. Let me say this though, in very special cases that the Contracting Officer approves and with funding travel could be paid. Expect that there will be no funding allowed. Budgets are getting tighter so this request is for A&Es in the state to eliminate costs. Question 2: The synopsis contains the following under the section for Selection Criteria: Section (4) PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. List, but do not submit, no more than five (5) actual copies of recent awards, commendations or other superior performance indicators. It appears that there is a conflict within the second sentence since it indicates quote mark List, but do not submit, no more than five (5) actual copies quote mark of awards. Will you clarify if you are seeking a listing of awards or if you want copies of awards? If copies of awards are sought, are the copies in addition to the listed page limit? If you want a listing of awards, will you define the level of detail you are seeking regards to the award? Answer 2: The quote mark List quote mark means submit the project information you want us to know about, but do not submit the actual contract please. List the appropriate information: contract number, DoD project name, what was the project, the degree of work performed, period of performance, degree of difficulty and complexity, did the project come in for the estimated amount, etcetera. The requirement is for 2 copies of your submittals per area, but some wish to add more. Don't exceed 5 copies. Yes this is part of your 20 pages. The clarification of 20 pages: one page has a front and a back. You may use both but don't exceed 20 pages. The 254 is not part of the page count. See Question 3 for more on 254s. There was ambiguity with the word quote mark award quote mark : This term means accolade to a civilian but to contracting an award is a contract. Since there was more than one question on this concept the decision is it can mean both. But use Caution; past performance is the heading of the section so we are asking for descriptions on actual work performed. Stating only awards (accolade) with no project information would not be complete. Question 3: Does DD254 DOD Contract Security Classification Specification get submitted? Is this form done by the Government? Answer 3: Yes, we want a DD254 on all the prime people in the submission. THIS IS NOT PART OF THE PAGE REQUIREMENT. There may be some work requirements that require higher degree of security by the Architects and Engineers. We are asking for the prime to be knowledgeable about the form. We know there is no project information at this point. Future projects may require all parties on a project to have this completed and passed prior to performance. Anyone who could not pass the security check(s) would not be able to perform on the project and could affect award of a task order. The government would help process the form but the A&E employees and subcontractors would fill in a majority of the information. Question 4: Can the four contract vehicles be used by other DoD entities within the state such as the Navy or Corps? Answer 4: I don't believe any non DOD entities will be utilizing our contracts. No requests have been made of us so far. If that were a future need it will be discussed with any of the awardees at that time and would be considered a special circumstance. Question 5: Is this contract requiring 100 % utilization within the State exclusive to only TN Air and Army NG activities? Question 5: Four contracts will be awarded. Submit for each area you wish to perform services. The areas are labeled: Army, Knoxville, Memphis, and Nashville. LABEL each submission by the area. Question 6: Does each of the 3 geographic areas represent the ANG work and Army represents statewide Army NG work? Answer 6: This is a description of area as a general rule, but a contracting officer decides who receives award of a task order. Question 7: Will there be four separate COTRs, one for each contract vehicle? Answer 7: We use the acronym COR, contracting officer's representative, they are all skilled technically. The answer to the question is no. there are more than four CORs. Your contact for this synopsis and in the event you receive an award will be Terri Baxter unless otherwise notified. Question 8: Are the awards to be only to one AE firm, exclusively, as opposed to a mix and match of the four finalists? Answer 8: We can have one to four contractors. The A&E who applies for multiple areas would need to explain how they intend to meet all the requirements simultaneously and for a long term basis. Question 9: Clarification: is the $10M cumulative for all four contracts? Or is $10M per each of four contract vehicles? Answer 9: Each award is $10Million. Even if one contractor received award for all the areas they would have four separate awards which would then total $40 Million. Multiple submissions require explanation of how the contractor will meet expectations of all requirements simultaneously and for a long term basis. Question 10: The referenced RFQ states that the Small Business size standard is $14.0 million for NAICS 541330, which applies to Engineering Firms. If an architectural firm was to be prime, would the same $14.0 million threshold apply for a small business, or would architects still fall under NAICS 541310, which is $7.0 million? Both NAICS codes are referenced in the RFQ? Answer 10: First, this is NOT an RFQ or an RFP. This is a synopsis; a request for submissions to be vetted to the next part of the process. The highest rated contractors will be asked to be interviewed. The successful contractor(s) will receive a solicitation to provide more information which includes burdened pricing rates, G&A, profit, etcetera. Second, the NAIC code is for the prime contractor submitting. This request is unrestricted which means large and small companies may apply. Architect and Engineering services are important but only one NAICs code can be input. The requirement states NAICS 541310 which will be verified in SAM for each contractor, https://www.sam.gov/portal/public/SAM/. Note that the Prime contractor that receives an award will have reporting requirements of subcontractors. Question 11: Will a DD Form 254 form be required for each subcontractor? Some of our subs are small business firms and may have trouble acquiring certification. Answer 11: The DD Form 254 form is not required for this submission. But the contractors/subcontractors that have trouble could have an effect a future award of a task order with security requirements. See Question 2 & 3 for more about quote mark 254 quote mark information. Question 12: The Fed Biz Ops announcement for this opportunity has two different due dates: Dec 20 and Dec 18, 2013. Can you please confirm which date is correct? Answer 12: There were two synopsis posted. The first is W9122L7-14-R-0001 and the second is W912L7-14-R-0001. The synopsis with the extra 2 is cancelled. The due date for submissions on the correct synopsis, numbered W912L7-14-R-0001, is changed to December 20, 2013. Question 13: Can you please clarify quote mark presolicitation quote mark phase? Answer 13: See Question and answer number 10. Question 14: Is a 10 pitch font required? It is our understanding that this is a very large font. Typical SF330 submittals are 10 point fonts. Answer 14: For this synopsis, pitch references font size. The font size required is 10. Question 15: Can an engineering company with a primary NAICS code of 541330 submit a proposal on this solicitation as they will have a sub with the NAICS code of 541310. And the SAM profile will include both NAICS codes. Please clarify. Answer 15: As long as the NAICs code is on the Prime contractors SAM report you have met the requirement. Question 16: Is this a new requirement or a follow-on effort? If this is a follow-on, would you please provide the incumbent contract information? Answer 16: This is a new requirement. The requirements have changed but the incumbents are Crump, HFR, and C2RL. No fourth contract for quote mark Army quote mark was in place. End of Questions and Answers for W912L7-14-R-0001.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-14-R-0001/listing.html)
- Place of Performance
- Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
- Zip Code: 37204-0748
- Zip Code: 37204-0748
- Record
- SN03249635-W 20131213/131211235303-69f238cbab7055ddf7845cd232a889ef (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 |