SOLICITATION NOTICE
C -- Architect-Engineer Interior Design Services
- Notice Date
- 6/24/2014
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-14-R-0036
- Response Due
- 7/25/2014
- Archive Date
- 8/24/2014
- Point of Contact
- Martin Bushey, 2568951119
- E-Mail Address
-
USACE HNC, Huntsville
(martin.bushey@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- General Information Document Type:Pre-solicitation Notice Solicitation Number: W912DY-14-R-0036 Posted Date:June 24, 2014 Response Date:July 25, 2014 Classification Code:D, Architect and Engineering Services Contracting Office Address: US Army Corps of Engineers (USACE) Huntsville Center (CEHNC-CT-Preaward) 4820 University Square Huntsville AL 35816-1822 Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6 and EP 715-1-7 Architect-Engineer Contracting in USACE. This acquisition is for worldwide Architect-Engineer (A-E) design services that are to be provided through the Engineering Directorate primarily for the Army Centralized Furnishings Program and the Integrated Medical Furniture (IMF) Program, and also for other programs that need these services. The Army Centralized Furnishings Program provides barracks, administrative and systems furniture, fixtures and equipment (FF&E), technical support for FF&E acquisition, and interior design services for various military facilities at various worldwide locations. The Architectural and Engineering support is for Comprehensive Interior Design (CID) services in support of the Army Centralized Furnishings Program. The Integrated Medical Furniture (IMF) Program provides integrated systems product solutions for furniture, fixtures and equipment (FF&E), technical support for FF&E acquisition, and interior design services for hospitals, clinics, pharmacies, laboratories, dental clinics, veterinarian clinics, administrative and logistical facilities, and research, training/classroom and medical warehouse functions for facilities within the Continental United States and worldwide. The Architectural and Engineering support is for Comprehensive Interior Design services in support of the IMF Program. The Architect-Engineer (A-E) design services provided will include the following capabilities: (a) Development of FF&E Request for Quotation (RFQ) technical documents by coordinating the user requirements with the design, existing conditions, and function of use. (b) Development of non-proprietary furniture item descriptions (FID) through knowledge of and experience with major furniture manufacturers. (c) Perform technical reviews of the manufacturer or the vendor FF&E quotes against the RFQ's FID and other technical direction of the RFQ. (d) Survey facilities to develop requirements for FF&E packages and CIDs. (e) Inspect complete installations assuring that furniture meets the FID and RFQ quantities in accordance with the contract award. (f) Develop and record findings of deficiencies and missing items. (g) Development of Comprehensive Interior Design (CID) packages to include Furniture, Fixtures and Equipment (FF&E) designs and Structural Interior Design (SID) packages in accordance with design instructions applicable to specific projects. (h) Develop finish presentation boards, if required, for specific design projects. (i) Coordinate support, as needed, from other disciplines to successfully configure a facility to adapt to new uses or to expand facility areas to meet mission requirements that require larger facility areas than what is provided. With either scenario, use a multi-discipline design support approach to perform these requirements. (j) Produce design drawings in a format fully compatible with the latest versions of AutoCAD and the capability to perform Building Information Modeling (BIM) utilizing Revit. In order to provide these services, the Huntsville Engineering and Support Center intends to award a MATOC IDIQ contract that procures A-E services by task order under a contract that accommodates multiple customer ordering simultaneously for varying needs of A-E requirements. The contract will consist of a one-year base period with four one-year options for a total of five years. The total amount of each contract over the five year ordering period is expected not to exceed $1,800,000.00. The program capacity shared by all awarded contracts will be approximately $9,000,000.00. Work will be issued by negotiated firm-fixed price task orders. The initial contract is anticipated to be awarded in Fiscal Year 2015. The most applicable North American Industrial Classification Code (NAICS Code) is 541310 (Architectural Services), with a small business size standard of $14,000,000.00 in average annual receipts. To be eligible for contract award, the submitting A-E contractor must be registered in the System for Award Management (SAM) and have the professional qualifications necessary for satisfactory performance of the required services. All contracts will include the specific A-E clauses, as follows: In accordance with (IAW) FAR 52.236-23, Responsibility of the Architect-Engineer Contractor, the A-E Contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the Contractor under this contract. The Contractor shall, without additional compensation, correct or revise any errors or deficiencies in its designs, drawings, specifications, and other services. In accordance with DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Contractor may perform any part or all of the supervision and inspection services for the construction contracts resulting from the A-E services, however, the A-E contractor will not be responsible for the direct performance of the construction itself. In accordance with FAR 52.219-14, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor on a contract reserved for small business. 2, PROJECT INFORMATION 2.1 Description of Work. The Interior Design A-E Services contracts will provide Architect-Engineer (AE) design services for furniture acquisition technical support and for Comprehensive Interior Design services to include FF&E design and SID design. These services will be provided based on programmatic requirements as determined for each project will support various Army, Navy, Air Force, Marine Corps and MEDCOM installations. Projects are located at various Department of Defense (DoD) facilities and other federal and state facilities worldwide. Services will require the knowledge, technical expertise and licensure/certifications required to provide interior design support for furniture acquisitions and CID support. The contractor shall be responsible for providing technical support for furniture acquisitions and shall be responsible for accomplishing deliverables using existing programmatic technical templates and processes utilizing MSOffice, including Word and Excel. The contractor shall also be responsible for accomplishing CIDs, including FF&E designs and SID designs through the preparation of drawings using computer-aided design (CAD) in AutoCAD and building information modeling (BIM) technologies delivering the three-dimensional drawings in Revit software, in electronic digital format, if applicable. Specifications for SID support shall be processed and delivered in SpecsIntact software configuration. All final deliverables, to include technical procurement documents, drawings and specifications shall be delivered in a format compatible with Corps of Engineers electronic bidding system. The Government will only accept a final product that is fully operational, without conversion, reformatting or editing. Work shall be submitted in hard copy and digital formats. Record drawings shall also be submitted in reproducible hard copy format. The projects have a projected MCA construction value of up to $50M or more and require integration of highly complex targetry, digital instrumentation, computer control/tracking systems, and data capture/playback. IAW FAR Part 16.505(a)(8)(ii) and DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Government may direct the Contractor to perform any part or all of the supervision and inspection services for the construction contract. In accordance with FAR 36.209, the A-E Contractor and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction contracts that relate to any A-E Task Orders awarded under this contract. Potential Organizational Conflicts of Interest (OCIs) are also governed by FAR subpart 9.5. 2.2 Location of Work. The contract scope will primarily be in the continental United States but will also include Outlying Areas and geographic coverage that includes international locations. The mission is to provide A-E services in the continental United States but will also include a remote capability to meet the requirements and demands of our worldwide customers. This acquisition will include work sites and requirements inside and outside the United States and Outlying Areas as defined by FAR 2.101. Services will include providing United States based technical support for furniture acquisitions, as well as CID services for both FF&E designs and SID designs for military customers at remote and international locations, such as United States occupied installations and/or host nation facilities. All actual design work is expected to be performed within the United States. From the Continental United States, the service provider must have the capability to perform multiple task order requests for work in locations outside the United States and Outlying Areas as defined by FAR 2.101, including, but not limited to Germany, Italy, Spain, Afghanistan, Iraq, Guam, Korea, Mexico, Japan, and Singapore. Consistent with CEHNC international missions, as documented in ER 10-1-22, Organization and Functions: U. S. Army Engineering and Support Center, Huntsville, there are no geographic boundaries for this acquisition and the term quote mark international quote mark furniture acquisition technical support and interior design services are applicable to this procurement. Although most international support will be for A-E services that are remotely provided from the United States, limited international travel may be required on some work requirements. 3. SELECTION CRITERIA: 3.1 Primary Selection Criteria - The selection criteria for this acquisition are listed below in descending order of importance. Criteria (1) - (10) are primary. Price will not be used as a criterion. The project submission requirements and the corresponding selection criteria are listed, as follows: The contractor shall provide examples of at least three (3) but no more than five (5) projects. These projects should demonstrate relevant experience in the following criteria (a-f). Example projects shall clearly state what specific role the contractor and key subcontractors had including the names of the key personnel. Preference will be given to those projects that are design complete within the last three (3) years from the date of this synopsis. The contractor shall not submit a base contract (IDIQ, MATOC, etc.) or multiple task orders as a project, only individual task orders from a base contract can be submitted as one project. The Government will consider only the first five projects in the submission; any remaining projects will not count for the five projects. These example projects shall be from the prime or key subcontractors (a key subcontractor is a subcontractor that will perform 10% or more of the work for this contract) that demonstrate specialized experience and technical competence with A-E services as they relate to the technical support for furniture acquisition packages and the preparation of Comprehensive Interior Design packages to include fully developed FF&E designs and SID designs of similar size, scope and magnitude to the services being procured under this synopsis. Preference will be given to projects that show the proposed team has worked together. The submitting A-E contractor shall submit an unconditional letter of commitment signed by key subcontractors (if the key subcontractor is a subcontractor that will perform 10% or more of the work for this contract). A Sample Letter of Commitment provided with the synopsis (Attachment A). a. Specialized corporate experience and technical competence in: (1) Development of FF&E Request for Quotation (RFQ) technical documents by coordinating the user requirements with the design, existing conditions, and function of use. (2) Development of non-proprietary furniture item descriptions (FID) through knowledge of and experience with major furniture manufacturers. (3) Perform technical reviews of the manufacture or the vendor FF&E quotes against the RFQ's FID and other technical direction of the RFQ. (4) Survey facilities to develop requirements for FF&E packages and CIDs. (5) Inspect complete installations assuring that furniture meets the FID quality and RFQ quantities in accordance with the contract award. (6) Develop and record findings of deficiencies and missing items. (7) Development of Comprehensive Interior Design packages to include Furniture, Fixtures and Equipment (FF&E) designs and Structural Interior Design (SID) packages in accordance with design instructions applicable to specific projects. (8) Develop finish presentation boards, if required, for specific design projects. (9) Coordinate support, as needed, from other disciplines to successfully configure a facility to adapt to new uses or expand areas to fit missions larger than the areas of a facility that was provided and the multi-discipline design support will be required. (10) Produce design drawings in a format fully compatible with the latest versions of AutoCAD and the capability to perform Building Information Modeling (BIM) utilizing Revit. b. Professional Qualifications Criteria: (1) The submitting A-E contractor shall provide a Certificate of Authorization (or equivalent) to demonstrate that it is permitted by law to practice the professions of architecture and/or engineering work in at least one state, territory, or jurisdiction of the United States as required by FAR 36.601-4(b). (2) Resumes shall be provided on SF-330, in Section E for qualified professional personnel in the following key disciplines: project management,, electrical engineering, mechanical engineering, cost engineering, interior design, architecture and structural engineering. The project manager shall have an active registration in interior design, architecture or engineering. The electrical engineer, mechanical engineer, interior designer, architect, and structural engineer shall have an active registration in their respective professional discipline. The lead personnel in the field of cost engineering must have an active registration in any of the engineering disciplines listed above or must be a Certified Cost Consultant (CCC) or must be a Certified Cost Engineer (CCE). The proposal shall clearly identify the lead designer in each of these disciplines, the type of registration, and in what states they are registered. It is recommended that interior designers be NCIDQ certified with current certification status. (3) The submitting A-E contractor shall submit unconditional letters of commitment for key personnel not currently employed by the prime or key subcontractor(s). Letters of commitment are additionally required from any non-key subcontractors that will be providing key personnel. The evaluation of personnel will consider education, certifications, training, registration, overall and relevant experience, longevity with the firm, and specialized experience as required above. (4) Qualified personnel to provide interior design support should be experienced with USACE design standards and processes and should be familiar with the UFC 3-120-10 for Interior Design as well as other UFC as applicable to this synopsis. Personnel should also be knowledgeable and experienced with applicable building codes, to include the current version of the International Building Code (IBC) and the National Fire Protection Association (NFPA) Life Safety Code for new and renovation construction projects adapted for use by USACE. c. Past Performance Criteria: (1) Past performance of the prime firm and any key subcontractors on DoD contracts for projects relevant in size, scope and similarity to the services being procured under this synopsis with respect to quality of work, and compliance with performance schedules, as determined from ACASS and other sources will be used for evaluation of the A-E contractor. ACASS is the primary source of information on past performance (DFARS 236.602-1(a)(4)) that the evaluation board will consider. ACASS / PPIRS may be queried for all prime / joint venture (JV) and key subcontractors. The firm should also demonstrate the ability to comply with the proposed design cost and a history of designing projects to pre-defined construction cost limitations. Any credible, documented information on relevant past performance can be considered. (2) The submitting A-E contractor shall provide a reference using the Past Performance Questionnaire (PPQ) (Attachment B) for each example project submitted by the A-E contractor under the Specialized Corporate Experience and Technical Competence. The submitting A-E contractor is responsible for forwarding the PPQ to each past performance reference submitted under this synopsis. The submitting A-E contractor should complete Blocks 1-4 of the PPQ and the client/customer complete Blocks 5-8 and the evaluation survey. The client/customer should return the PPQ to the firm to be submitted with the SF330. Each PPQ will be evaluated to determine if it is relevant to the design of facility repairs, renovations, conversions, or rehabilitations of similar size, scope and magnitude to the services being procured under this synopsis and design complete within the last three (3) years from the date of this synopsis, and if so, the quality of the A-E contractor's past performance will be assessed. In the event that adverse past performance information is obtained outside the PPIRS/ACASS, the firm will have the opportunity to respond to any adverse information received which it had not had a previous opportunity to comment if the vendor is in the slate of firms selected for discussions IAW FAR 36.602-3(c) or if adverse past performance is the determining reason why the firm is not in the slate of the most highly qualified firms. If the A-E contractor's performance record is so sparse that no meaningful confidence assessment rating can reasonably be assigned, or if sufficient past performance data cannot be obtained from the questionnaires, PPIRS, other sources or the firm has no past performance record, the firm in either instance will be given an quote mark Unknown Risk quote mark or quote mark Neutral quote mark rating. d. Capacity Criteria: Firms competing shall demonstrate an effective organizational structure and quality management plan to accomplish multiple individual task orders simultaneously in a one year period of time with values ranging from $20,000 to $350,000 each. The evaluation will consider the management approach, coordination of disciplines and subcontractors, and quality control procedures to complete the aforementioned projects. e. Knowledge of Locality Criteria: The submitting A-E contractor shall demonstrate their capability to perform work in multiple geographic regions and international locations. The A-E contractor should demonstrate the capability to perform furniture acquisition technical support as well as the preparation of CID design submittals throughout the fifty (50) United States, its territories and other various worldwide military facility locations. Greater consideration will be given to the A-E contractors with the demonstrated capability to perform work in diverse locations, rather than only having capacity or ability in a limited geographic region. Criteria (f) and (h) are the secondary criteria and will only be used as quote mark tie-breakers quote mark among firms that are essentially technically equal. 3.2 Secondary Selection Criteria f. Small Business (SB) and Small Disadvantaged Business (SDB) Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. The goals and participation plan form are provided under Attachment C. Small Business Categoryand % of Total Acquisition Value Small Business (SB)40% Small Disadvantaged Business (SDB)13% Woman-Owned Small Business (WOSB)5% Historically Black Colleges And Universities (HBCU) and Minority Institutions (MI)0% HUBZone4% Veteran-Owned Small Business (VOSB)3% Service-Disabled Veteran-Owned Small Business (SDVOSB)3% g. Geographic Proximity: Firms will be evaluated based on their proximity to the U.S. Army Engineering and Support Center, Huntsville, AL. Firms with a closer proximity to the Huntsville area will incur less travel costs and less administrative costs in coordinating the A-E design requirements with the CEHNC Engineering Directorate.. h. Volume of work Criteria: Volume of DoD A-E contract awards within the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: The submitting A-E contractor must be registered in the System for Award Management (SAM) to be eligible for award. The submitting A-E contractor may register via the SAM internet site at http://www.sam.gov. SF-330 submissions will be received until 1400 (2:00 pm) Central Time on 25 July 2014. Interested firms having the capabilities to perform the work described above must submit seven (7) hard copies and one (1) PDF copy on a compact disc (CD) of the SF 330 Part I and SF 330 Part II for the prime and key subcontractors or JV Partners to the Contract Specialist at the following address: US Army Engineering and Support Center CEHNC-CT ATTN: Mr. Martin Bushey 4820 University Square Huntsville AL 35816-1822 All hard copy submissions shall be identical in content. The SF 330 Part I shall not exceed fifty (50) pages (8.5 quote mark x 11 quote mark ), including no more than five (5) pages for Section H. Each side of a sheet of paper is considered one page; use no smaller than 12-font type. Letters of Commitments and Certificate of Authorization will not be counted in the 50 page limit. However, firms may use no smaller than 10 pt font on organizational charts, graphs, tables and matrices. Charts, graphs etc. may have only that amount of text to explain the item and shall not contain excessive text that circumvents the page and font limits. Pages that violate these limits will be removed from the packet and will not be evaluated. Include the firm's DUNS number in the SF 330, Part I, Section H. In Section H, indicate the estimated percentage of involvement of each firm (prime, key-subcontractors, and other subcontractors) on the proposed team. Facsimile or email transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Any JV Partnership must submit a signed and dated joint venture agreement as a part of the package. This paperwork will not be included in the page count and should be provided as an attachment. This is not a request for proposal. Awards are anticipated to be made in the 4th Quarter of FY14 or later. 5. POINT OF CONTACT (POC) Martin Bushey, 256-895-1119 Contract Specialist martin.bushey@usace.army.mil Shirley A. Martin, 256-895-1642 Contracting Officer shirley.a.martin@usace.army.mil Interested offerors can post questions on the ProjNet website (www.projnet.org) using the following bidder inquiry key: 52Z3AC-YU583H The deadline for posting questions is 1400 (2:00pm) Central Time, July 07, 2014. 6. PLACE OF PERFORMANCE Most A-E services under this acquisition will be performed at the contractor's office or the Huntsville Center.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-14-R-0036/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN03404340-W 20140626/140625021935-083c6f0a9708f25ae9afa5dd40b871f7 (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 |