Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2014 FBO #4653
MODIFICATION

C -- IDC A-E CONTRACT FOR SERVICES OF ENGINEERING, DESIGN, AND CONSTRUCTION PHASE SERVICES FOR MECHANICAL, ELECTRICAL, & FIRE PROTECTION ON MILITARY AND INTERNATIONAL AND INTERAGENCY SERVICES FOR THE SWD BOUNDARIES

Notice Date
8/19/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-14-R-0066
 
Response Due
9/12/2014
 
Archive Date
10/18/2014
 
Point of Contact
Diane Cianci, 918-669-7458
 
E-Mail Address
USACE District, Tulsa
(diane.cianci@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CORRECTION 1 TO THE MECHANICAL, ELECTRICAL AND FIRE PROTECTION: Please correct paragraph 4 SUBMITTAL REQUIREMENTS, subparagraph (b) last sentence should read must not to exceed $15M delete $4.5M. 1. CONTRACT INFORMATION: General: This A-E Services Contract is being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside as quote mark Small Business quote mark under NAICS code 541330, engineering services. The contract is anticipated to be awarded about September 2014. It is anticipated that two (2) contracts will be awarded from this announcement for an estimated total amount of $9,500,000 and will have a 3-year base period and one two-year option period. A Minimum Guarantee amount of $2,000 will apply to the Base Period only. The contract awarded under this announcement will be administered by the Tulsa District and the Tulsa District may elect to transfer capacity to other USACE Districts in the southwest division boundaries. a. Contract Award Procedure: Before a business is proposed as a potential contractor, they must be registered in the System of Award Management (SAM) database. Register via the SAM internet site at http://www.sam.gov. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. c. Place of Performance: Projects are anticipated to be primarily in support of the U.S. Army Corps of Engineers Southwestern (SWD) Boundaries. Task Orders under the resultant IDC contract may be awarded for projects only in the geographic area of Southwestern (SWD) Division boundaries. 2. PROJECT INFORMATION: General required services consist of qualified, experienced firms capable of providing the full spectrum of construction phase A-E services. Mechanical, electrical, and fire protection A-E services are anticipated; which may include but not necessarily be limited to USACE military installation support and international & interagency support. Services typically provided in these missions include heavy industrial, commercial, residential, transportation, public works, sustainability, and various unique military applications. A full range of Mechanical, Electrical, and Fire Protection A-E services are anticipated on both Military and International and Interagency Support; which may include but not necessarily be limited to: Provide full design and/or D-B RFP services, provide and review Energy Analyses, Heating and cooling load analyses per ASHRAE and military design criteria, Value Engineering studies, develop specifications (UFGS), Shop drawings review, LEED and sustainability design, HVAC commissioning as observer/reviewer/approver, field support, project inspections, RFI support, scoping, design analysis, HVAC controls design, design meetings, support Charrettes and Planning functions, Code knowledge and interpretation (including IBC, ICC, UFC's, ECB's, ETL's, tech orders, Gov Standard Designs, EPACT 2005, EISA 2007, Executive Orders, ASHRAE, etc), BIM capability (Bentley & Revit), estimating, document reproduction, schedul-ing, LCCA, design presentations, design quality control and plan development; Electrical design including but not limited to: indoor outdoor lighting, power distribution, grounding, lightning pro-tection, cathodic protection, communications, outside plant and premises wiring, fire alarm sys-tems, mass notification systems, testing, studies, investigations, construction support; Fire Pro-tection support including knowledge and application of services for design development, design and shop drawing reviews, field investigation, testing, studies, testing, fire suppression, fire pre-vention, mass notification, accessibility, life safety, code compliance and interpretation, design analyses, plumbing design, hangar fire suppression applications, coordination with local fire services, presentations, value engineering, specifications. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a)-(e) are primary criteria; item (f) is secondary and is used as a tie-breaker among technically equal firms. (a) Past Performance on DoD and other contracts with respect to cost con trol, quality of work compliance with delivery schedules, history of working relationships with consultants, timely construction support and overall cooperativeness and responsiveness. (b) Specialized Experience and Technical Competence: (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330) (1) The selected team must demonstrate recent experience (within the past 5 years) and significant experience in performing work on a wide variety of sites located within the Southwestern Division (SWD) Boundaries in a manner that complies with Federal, State, and Local laws and regulations, and within the timeframe required. It is anticipated that multiple task orders may be awarded simultaneously to the selected firm. Firms must document specialized experience and technical competence in the construction phase services area, and have extensive knowledge of all pertinent local building codes to include but not necessarily limited to the International Building Code, International Mechanical Code, National Electric Code, Leadership in Energy and Environmental Design, etc... A full range of Mechanical, Electrical, and Fire Protection A-E services are anticipated on both Military projects; which may include but not necessarily be limited to: Provide full design and/or D-B RFP services, provide and review Energy Analyses, Heating and cooling load analyses per ASHRAE and military design criteria, Value Engineering studies, develop specifications (UFGS), Shop drawings review, LEED and sustainability design, HVAC commissioning as observer/reviewer/approver, field support, project inspections, RFI support, scoping, design analysis, HVAC controls design, design meetings, support Charrettes and Planning functions, Code knowledge and interpretation (including IBC, ICC, UFC's, ECB's, ETL's, tech orders, Gov Standard Designs, EPACT 2005, EISA 2007, Executive Orders, ASHRAE, etc), BIM capability (Bentley & Revit), estimating, document reproduction, scheduling, LCCA, design presentations, design quality control and plan development; Electrical design including but not limited to: indoor outdoor lighting, power distribution, grounding, lightning protection, cathodic protection, communications, outside plant and premises wiring, fire alarm systems, mass notification systems, testing, studies, investigations, construction support; Fire Protection support including knowledge and application of services for design development, design and shop drawing reviews, field investigation, testing, studies, testing, fire suppression, fire prevention, mass notification, accessibility, life safety, code compliance and interpretation, design analyses, plumbing design, hangar fire suppression applications, coordination with local fire services, presentations, value engineering, specifications. (c) Knowledge of Locality. Firm must demonstrate specialized experience across multiple geographic locations to include geological features, architectural context, local construction methods and climatic conditions. (d) Professional Capabilities: This Indefinite Delivery Contract will require the A-E Contractor (either in-house or through consultant) to have the following disciplines with registration where applicable: Project Management, Construction Management, Building Code Officials, Safety Professionals, Security Specialists,, Mechanical, Electrical, Commissioning, Sustainable Design, Fire Protection, Cost Estimating Particular focus will be on the qualifications of per-sonnel with knowledge of national, state, and local codes for the Arkansas, Oklahoma, Kansas, and Texas areas. (e) Sufficient Capacity to provide personnel on numerous construction contracts that are administered by the Corps of Engineers. Anticipate number of personnel needed could range from 5-10 at any given time, depending on the workload, and typical duration of construction contracts administered by the Tulsa District range from six (6) months to three (3) years. The selected contractor shall also have Engineers available as needed to provide services to the U.S Army Corps of Engineers, Southwestern Division during peak workloads and / or during deployment of Government personnel in support of the Global War on Terrorism (GWOT) or during deployment of Government personnel in support of domestic national needs to include but not necessarily limited to hurricane recovery, floods, ice storms, and tornado recovery; services may be required with as little as 7 calendar days advance notice. Time duration of personnel usage will range from one (1) month to one (1) year or longer as needed, depending on the workload requirements of the Southwestern Division. The criteria will include a review of project specific narrative indicating the extent to which the A-E firm has provided the specified construction support and their proven ability to work on multiple large scale design projects. F. Volume of DoD contracts: for construction phase services awards in the past 12 months. G. Small Business and Small Disadvantaged Business Participation: The extent of partici pation of Small Businesses and other Socio-Economically Disadvantaged Small Businesses or Entities will be measured as a percentage of the total anticipated contract effort regardless of whether the Small Business or other Socio-Economically Disadvantaged Small Business or Entity is a prime contractor, subcontractor, or joint venture part ner. 4. SUBMISSION REQUIREMENTS: Submittals should be sent to U.S. Army Corps of Engineers, Attn: Ms. Diane Cianci, 1645 S. 1645 S. 101st East Avenue, CECT-SWT-E, Tulsa, OK 74128-4609, no later than 2:00 p.m. on 12 September 2014. (a) Interested firms having the capabilities and qualifications to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 2:00 p.m. (Central Time) on the response date as above. The date and time are strictly enforced and late packages will not be considered. Late proposal rules found in FAR 15.208 will be followed for late submittals. So-licitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and sub-contractor offices proposed to perform the work. All Part IIs MUST be signed with original sig-nature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. (d) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (e) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (f) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one page per project. (g) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (h) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (i) In Section H, Part I, SF 330, firms must show their last 12 months contract awards stated in dollars (see 3(e) above), provide an itemized summary of DoD awards to include Agency Con-tract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (j) In Section H, Part I, SF 330 Generally, describe the firm's Quality Management Plan (QMP). A project-specific detailed QMP must be prepared and approved by the Government as a con-dition of contract award, but is not required with this submission. Indicate the estimated per-centage involvement of each firm on the proposed team. Do not exceed twenty pages for Sec-tion H. Front and back side use of a single page will count as 2 pages, and print type used in charts, graphics, figures and tables may be smaller than 11 font but must be clearly legi-ble. use no smaller than 11 font type using Times New Roman. Pages in excess of the maxi-mums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (k) Personal visits to discuss this announcement will not be allowed. (l) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be ac-cepted. Points of Contact: Contracting - Diane Cianci (918) 669-7458. This is not a request for proposal. In accordance with FAR clause 52.219-14 Limitations on Subcontracting for services, quote mark At least 50 percent of the cost of contract performance incurred for personnel shall be expend-ed for employees of the concern. quote mark INQUIRIES - OFFEROR'S QUESTIONS AND COMMENTS USE OF BIDDER'S INQUIRY 30 JULY 2014 Prospective offerors should submit questions and inquiries related to this solicitation in accord-ance with the following (collect calls will not be accepted): a. For information related to amendments, and the dates set for receipt of proposals, please check http://www.fedbizopps.gov b. Contractual and Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/projnet. 1. To submit and review bid inquiry items, offerors will need to be a current registered user or self-register into the system. To self-register go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your e-mail address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. 2. From this page you may view all bidder inquiries or add an inquiry. 3. Bidders will receive an acknowledgement of their question via e-mail, followed by an answer to their question after it has been processed. 4. The Solicitation Numbers are: W912BV-14-R-0066 (Mech, Elec, Fire Prot) The Bidder Inquiry Key isQ4HED5-3YF54D 5. Address/enter only one question/issue per entry. c. The Bidder Inquiry System will be unavailable for new inquiries 4:00pm (Central) five (5) days before proposal are due (28 Aug 2014) in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. d. Offerors are requested to review the specification in its entirety, and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. e. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. f. Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. g. The point of contact for this solicitation is: Contract Specialist: Diane Cianci Telephone:918-669-7458 E-MAIL: diane.m.cianci.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-14-R-0066/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CECT-SWT-E, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN03471602-W 20140821/140820000847-2d49823b3f8fb1a5f8a2c279fcd68993 (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.