Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
SOLICITATION NOTICE

C -- Multidiscipline Architect-Engineering Indefinite Delivery Contract in support of the Southern Expansion at Arlington National Cemetery (Formerly Known as the Navy Annex Site)

Notice Date
2/7/2014
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-14-R-0020
 
Response Due
3/10/2014
 
Archive Date
4/9/2014
 
Point of Contact
Paula M Beck, 757-201-6244
 
E-Mail Address
USACE District, Norfolk
(paula.m.beck@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
BACKGROUND. Multidiscipline Design and/or other Professional Services are being procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, as required for planning and design support exclusively for the Southern Expansion Project at Arlington National Cemetery assigned to the Norfolk District, U.S. Army Corps of Engineers, North Atlantic Division. The Southern Expansion Development is a highly visible, politically sensitive project with a Congressional following and heightened public interest. The goal of the project is to repurpose land which was formally the site of administrative and parking areas (the former Navy Annex Site) into a development suitable for inclusion as a part of the National Shrine which is Arlington National Cemetery. Significant interaction with multiple stakeholders and local Governmental Agencies and interested parties is anticipated throughout the design and construction progress. Contract capacity will not be shared with other U.S. Army Corps of Engineers Districts unless specifically required in support of this single project. Work may include but will not be limited to any or all of the following: design, drafting, planning, programming, cost estimating, topographic or boundary surveys, on site construction management, shop drawing reviews, preparation of Requests for Proposals (RFPs) for Design/Bid/Build Projects, various engineering studies, site investigations, value engineering services, subsurface geotechnical investigation, testing, and reports, design services for new construction and/or renovation, demolition, and alterations of existing facilities, environmental studies, testing and reports, hazardous materials testing, abatement, other design services, and construction phase support services. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. A single indefinite delivery contract (IDC) will be negotiated and awarded with a base period followed by four (4) option years. The amount of the total contract shall not exceed $35,000,000 over the five (5) year period. Each task order issued shall be firm-fixed price (as negotiated). Funding shall be cited on individual task orders. The firm awarded a contract must be considered highly qualified. Prior to award, the Government will negotiate the rate of an escalator which will adjust for inflation the IDC rates every twelve (12) months during the life of the contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. 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. Multiple contracts will not be awarded under this announcement. SIZE STANDARD. The North American Industrial Classification Code (NAICS) for this procurement is 541330. This announcement is open to all businesses regardless of size. If a large business firm is selected for this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for an acceptable subcontracting plan for that part of work it intends to subcontract. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be registered in the database maintained by the U.S. Small business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the responses are submitted will result in their elimination as a proposed subcontractors. 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). To be eligible for contract award, firms must be registered in DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by contracting the DoD Electronic Commerce Information Center at 1-888-227-2423 CONTRACT INFORMATION. No specific tasks are definitized at this time, however, funds are presently available to support tasks under the contract. As tasks are received for execution, use of the contract awarded under this announcement will be considered if A-E Services are to be utilized. The A-E shall be responsible for drawing preparation using computer-aided design and drafting (CADD) software or Building Information Modeling (BIM) software, as required by the specific task order. All drawings produced for this contract shall be in compliance with the Architectural, Engineering, and Construction (A/E/C) CADD standards as issued by the CADD/BIM Technology Center https://cadbim.usace.army.mil/CAD. The Government will only accept the final products, without conversion or reformatting, in the Autodesk suite of softwares (AutoCAD or Revit). Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a faster format compatible with AutoCAD electronic digital format. GIS information shall adhere to the Tri-Service Spatial Data Standards as well as Arlington National Cemetery specific GIS requirements available with each applicable task order. Design Analysis and any other reports or narrative information shall be prepared using Microsoft OfficeWord. Specifications shall be prepared using SPECSINTACT software. Cost estimates shall be prepared using MII software in work breakdown structure (WBS), narrative documentation utilizing Microsoft Office Word. Firms will also be required to provide documents in PDF format. The contract requires that the selected firm(s) have on-line access to E-mail via internet for routine exchange of correspondence. All services shall be performed in accordance with Norfolk District Design Guide, as well as all applicable codes and criteria required for Federal ?Government work. Facilities shall be fully accessible to meet the requirements of Americans with Disabilities Act Accessibility Guidelines (ADAAG) and all applicable laws, codes and regulations pertinent to accessibility. All work shall be procured and administered in accordance with applicable acquisition regulations. Designs will be prepared using US Standard English units of measure. ProjNet (DrChecks) (https://www.projnet.org) will be used for comment resolution of all design review submittals. SELECTION CRITERIA: The selection criteria and sub-criteria are listed below in descending order of importance (e.g., the sub-criteria for Specialized Experience and Technical Competence will have greater weight than the criteria or sub-criteria for Professional Qualifications). Criteria A thru F are primary. Criterion G and H are secondary and will only be used as tie-breakers among technically equal firms. In any event, as noted above, any large business firm must submit an acceptable subcontracting plan. quote mark Recent quote mark is defined as A-E tasks or projects completed within the last five years; older projects will not be considered. The Contractor may submit a maximum of 10 projects for consideration. A) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: For criteria listed below, in descending order of importance, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence provided that the nature and extent of all contractor team arrangements are identified and disclosed. Contractors should describe the nature and extent of prior teaming experience with the proposed subcontractors. (1) Demonstrate recent experience by the prime firm and its subcontractors which illustrate capability and experience designing new large projects in the National Capital Region with a construction value approaching $150,000,000.00. (2) Demonstrate recent experience by the prime firm and its subcontractors which illustrate capability and experience guiding new projects through the requirements associated with obtaining required approvals by the U.S. Commission of Fine Arts (CFA) and the National Capital Planning Commission (NCPC). (3) Demonstrate the ability by the prime firm and its subcontractors to complete NEPA analysis and related compliance studies such as sound assessment studies, viewshed analyses for NHPA compliance and environmental justice analyses. (4) Demonstrate recent experience by the prime firm and its subcontractors with regard to design for horizontal and/or vertical construction in support of new and/or expansion of existing cemeteries. (5) Demonstrate the ability by the prime firm and its subcontractors to prepare designs for large landscaping developments on the size and scale of national monuments or large public areas. For this experience item, 30-40 acres of site development would be considered large. (6) Demonstrate recent experience by the prime firm and its subcontractors with regard to the preparation of design/bid/build construction plans and specifications with a primary focus being site development. (7) Demonstrate the ability by the prime firm and its subcontractors to prepare designs for transportation projects that include primary and secondary roadways as well as planning considerations and coordination for interstate interchange reconfigurations. (8) Demonstrate the ability by the prime firm and its subcontractors to analyze and solve difficult slope stability problems concerning unstable soils. (9) Demonstrate the ability by the prime firm and its subcontractors to prepare construction cost estimates using Government furnished programs such as MII. Identify specific projects on which MII has been utilized. (10) Demonstrate the ability by the prime firm and its subcontractors to prepare specifications using Government furnished programs such as Specsintact. (11) Demonstrate the ability by the prime firm and its subcontractors to prepare construction drawings using AutoCAD and Revit. Firms shall identify what software versions they are currently utilizing. (12) Demonstrate the ability by the prime firm and its subcontractors to provide data files on CD or DVD, create PDF files of specifications and other documents (this includes scanning documents where direct file conversion to PDF is not possible), access the Internet and submit data by File Transfer Protocol (ftp) utilizing an ftp client. B) PROFESSIONAL QUALIFICATIONS: Indefinite delivery contracts will require each Contractor to provide the following personnel (either in-house or through a subconsultant) as a minimum. Required personnel cannot fulfill more than one (1) role on the contract delivery team (i.e., a separate employee must be provided for each stated requirement above to meet the number required). Submitting firms must demonstrate the nature and extent of the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Resumes must be provided for each of the personnel, including subcontractors' personnel if applicable, listed below. Repeat the resume page as required in order to provide information on all personnel referenced. Resumes are NOT required for the survey crew. Firms must also provide an organizational chart showing the inter-relationship of various team members including subcontractors. Professional qualifications of proposed subcontractors or its personnel may be submitted to demonstrate applicable qualifications provided that the nature and extent of all contractor team arrangements and all applicable written personnel commitments are identified and disclosed. Project Manager (1) Design Quality Manager (1) Two (2) Registered Architects Two (2) Certified Landscape Architects Two (2) Registered Electrical Engineers Two (2) Registered Mechanical Engineers Four (4) Registered Civil Engineers Two (2) Registered Geo-Tech Engineers specializing in geo-technical analysis and reporting One (1) certified soil boring and testing firm Two (2) Registered Structural Engineers One (1) Registered Communication Engineer, Qualified means Registered Communications Distribution Designer (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have a current active RCDD registration. This person shall also be a Registered Electrical Engineer. One (1) Registered Fire Protection Engineer, Qualified means a registered professional engineer of any discipline, has a minimum of five years experience dedicated to fire protection engineering, and ONE of the following: (a) a degree in Fire Protection Engineering from an accredited university OR (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination. One (1) Registered Environmental Engineer with hazardous, toxic, and radioactive waste (HTRW) remediation experience. One (1) Certified Environmental Testing Lab One (1) Registered Surveyor as well as survey crew personnel One (1) Certified Value Specialist (CVS) One (1) LEED Accredited Professional (AP) - LEED Coordinator may not be the same as any other team member and shall be specifically called out as the LEED Coordinator. Two (2) Qualified Cost Estimators. Qualified means a degree in Engineering or Architecture with at least 10 years Cost Estimating experience. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of MII software. One (1) Archaeologist which meets the qualifications for prehistoric archaeology and historic archaeology specified in quote mark The Secretary of the Interior's Historic Preservation Professional Qualification Standards quote mark from Federal Register/Vol. 62, No. 119/Friday, June 20, 1997/Notices (pages 33712 through 33713) (C) CAPACITY: Ability to perform work to schedules - Firms will be evaluated on their ability to complete multiple taskings/projects simultaneously. Firms shall: (a) show current and projected workload within the firm; (b) address a plan for how they propose to accomplish up to five (5) additional taskings/projects per year in addition to current and projected workload conditions. (D) PAST PERFORMANCE: Firms will be evaluated in terms of work quality, compliance to schedules, and cost controls [with emphasis on projects submitted under factor (a)] as determined from PPIRS and other sources. Submit letters of commendation, awards, previous project evaluations, etc. to show past performance. Firms must provide a chart which demonstrates construction cost estimated vs. actual award costs. Firms must also provide a chart that demonstrates actual schedule performance vs. established milestones. If experience or qualifications of subcontractors are submitted pursuant to Criteria A or B, the past performance of all proposed subcontractors will be evaluated. (E) QUALITY CONTROL PROGRAM: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications prepared by the firm or by its subcontractors on a behalf of the firm. Describe and define the firm's program/processes for quality control and list, by name and position, all key personnel responsible. Quality control program information submitted shall address and identify the key relationship between safety and quality, particularly in respect to tasks which require site work and site investigations. (F) KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity and knowledge of codes, laws, permits and construction materials and methods within the National Capital Region. As indicated above, the contract area is completely focused on work in support of the Southern Expansion of Arlington National Cemetery. Information presented shall demonstrate general understanding with specific experience as applicable. (G) VOLUME OF WORK: Firms will be evaluated in terms of work previously awarded to the firm by DoD within the past 12 months. The objective is to provide an equitable distribution of DoD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. List any DoD contracts awarded to the firm within the last 12 months. (H) Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Degree of participation of all types' small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: a. Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the Government's goals and policy in order to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institutions (HBCU/ MI) have been identified for participation as part of the offeror's team. c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. The Government's Goals for this effort are: The subcontracting goals for Norfolk District are as follows: at least 51% of a prime firm's intended subcontracted amount be placed with small businesses; at least 20% be placed with small disadvantaged businesses; at least 8% be placed with woman-owned small businesses; at least 4% be placed with service-disabled veteran-owned small businesses; at least 6% be placed with a HUB-Zone small businesses. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one hard copy of SF 330 Part I and one copy for the Prime and all subconsultants in an electronic format searchable in PDF or Microsoft Office Word without translation; and one hard copy of SF 330 Part II for the prime firm and all consultants, and one electronic copy searchable in PDF or Microsoft Office Word of the entire submittal to the address below at the time and date below. ELECTRONIC DOCUMENTS shall be submitted via Readable CD. The SF 330 Part I shall not exceed 65 pages (8.5 quote mark x 11 quote mark ). Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firm's DUNS number in SF 330, Part I, Section H. Facsimile transmissions will not be accepted. Additional size limitations: (i) Limit resume of each individual to no more than one page. (ii) Limit example projects to no more than 10 projects. With respect to all submission limitations, including but not limited to maximum number of projects, total page limits, and resume page limits, the Government will not consider matters submitted beyond those limits and contractors shall receive no consideration for those matters. Any written submission using a font type smaller than the specified 12 font type will not be eligible for consideration. Submit SF 330 Parts I and II to: US Army Corps of Engineers, Norfolk District; ATTN: Contracting Office (Paula Beck); 803 Front Street; Norfolk, VA 23510-1096; not later than 12:00PM on March 10, 2014. Facsimile or email transmissions will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. Board will only consider the following information: SF330, as submitted or from ACASS, SF 330, with any required supplemental information; documented performance evaluations, such as from ACASS' DoD Contract award data, and the information presented during the interviews of the most highly qualified firms prior to final selection. The Boards will not assume qualifications which are not clearly stated in a firms' submission or available from ACASS. The boards will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify or supplement its submission. Other than the matters identified in the Past Performance section, the Board shall not consider any cost or price factors in accordance with Brooks A-E Act. NOTE. In order to maintain total objectivity in the selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. If a question is presented to the Contracting Officer, it will be at the Contracting Officer's discretion to respond. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal. ORGANIZATIONAL CONFLICT OF INTEREST: This statement provides examples of certain organizational conflicts of interest which are proscribed by Federal Acquisition Regulation Subpart 9.5. The purpose of this statement is to prevent the existence of conflicting roles that might bias a contractor's judgment and to prevent an unfair competitive advantage. The following subsections prescribe a non-exhaustive list of limitations on contracting as the means of avoiding, neutralizing or mitigating organizational conflicts of interest. a. If, under this announcement, the contractor will provide systems engineering and technical direction for a system, but does not have overall contractual responsibility for its development, integration, assembly, checkout or production, the contractor shall not be awarded a subsequent contract to supply the system or any of its major components, or to act as consultant to a supplier of any system, subsystem, or major component utilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systems engineering and technical direction. The term of this prohibition shall endure for the entire period of this contract and for two (2) years thereafter. b. If, under this announcement, the contractor will prepare and furnish complete specifications covering non- developmental items, to be used in a competitive acquisition, the contractor shall not be permitted to furnish these items, either as a prime or subcontractor. The term of this prohibition shall endure for the entire period of this contract performance and for either two (2) years thereafter or the duration of the initial production contract whichever is longer. This rule shall not apply to contractors who furnish specifications or data at Government request or to situations in which contractors act as Government representatives to help Government agencies prepare, refine or coordinate specifications, provided this assistance is supervised and controlled by Government representatives. c. If, under this announcement, the contractor will prepare or assist in preparing a work statement to be used in competitively acquiring a system or services, the contractor shall not supply the system, its major components, or the service unless the contractor is the sole source, the contractor has participated in the development and design work, or more than one contractor has been involved in preparing the work statement. The term of this prohibition shall endure for two (2) years. d. If, under this announcement, the contractor will provide technical evaluation of products or advisory and assistance services, the contractor shall not provide such services if the services relate to the contractor's own or a competitor's products or services unless proper safeguards are established to ensure objectivity. e. If, under this announcement, any personnel of the prime firm or any subcontractor at any tier previously served with the procuring agency in a capacity that provided access to non-public, competitively useful information relevant to the requirements giving rise to this procurement activity, the prime contractor or subcontractor shall avoid deriving an unfair competitive advantage, or the appearance of an unfair competitive advantage, by precluding the use of such non-public, competitively useful information in the preparation of any document responsive to any request of the procuring agency pursuant to this procurement activity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-14-R-0020/listing.html)
 
Place of Performance
Address: USACE District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN03284165-W 20140209/140207235830-0d109e13cfcdcacb1725ff8b27304de4 (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.