Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
MODIFICATION

C -- A&E IDIQ contract for Twin Cities, Minnesota area with the MN ARMY/AIR National Guard.

Notice Date
1/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM15R0002
 
Response Due
2/24/2015
 
Archive Date
3/27/2015
 
Point of Contact
Jameson A Schwartz, (320)616-2749
 
E-Mail Address
USPFO for Minnesota
(jameson.a.schwartz.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: Indefinite Delivery/Indefinite Quantity Architect and Engineering Services Contract. The United States Property and Fiscal Office (USPFO), Minnesota National Guard, intends to award a single firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services contract for this location. This announcement is being solicited as unrestricted. Small business size standard is $15.0 Million for NAICS 541330. The Point of contact for this announcement is SFC Jameson Schwartz. Submit questions to jameson.a.schwartz.mil@mail.mil The selection of a firm is not based upon competitive bidding procedures, but rather the process for A-E firm selection described in 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 a negotiation with the most highly ranked firm and continuing to lower ranked firms only if satisfactory terms are not reached with the preferred firm as described in FAR 36.606. 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. Architect-Engineer (A&E) Services, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for the Minnesota Air National Guard (MNANG), 133rd Airlift Wing, MPLS/St. Paul ANG Base, St. Paul, MN. A second notice is being posted for the Minnesota Air National Guard (MNANG), 148th Fighter Wing Duluth, MN location. The total yearly limitation on awarded fees shall not exceed $2 million. Although there is no limit on Task Orders, the total awarded yearly cost cannot exceed $2 million. Firm Fixed Price (FFP) Task Orders may be awarded for a period of one (1) year from the contract award date. The contract will also include an option clause to extend for four (4) one year option periods. If all options are exercised the contract cannot exceed $10 million. The option year(s) fee limitations are synonymous with those established in the initial year. If no Orders are awarded under the contract, a one-time fee of $1,000 will be paid to the awardee. Negotiations will be conducted for disciplined hourly rates, overhead, profit, and other cost elements, which are particular to the contract. Task Orders will be negotiated and awarded based on the required effort of work, but not until after the contract is awarded. The scope of design services may include, but are not limited to; 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, industrial hygienist, fire protection, historic preservation and archaeological monitoring, surveying, space planner/interior designer, landscape architect or designer, construction manager/inspector, Critical Path Method (CMP) schedule expertise, USGBC LEED accredited professional, and other disciplines with specialized experience for construction, repair and alteration of multi-use facilities and base utilities/pavements. The A&E services may require any combination of the following services: Type A/investigative and concept; Type B/design (within the 6% statutory fee limitation); Type C/professional and on-site inspection; and Code and Criteria Review. These services will be required to be performed 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; CPM Schedule review and reports; and on occasion, participation in peer review processes and source selection boards. Designed projects shall incorporate but are not limited to applicable sustainable design methods and practices in accordance with EPACT 2005 and ANG Sustainable Design and Development policies. The contract may also call for the preparation of engineering type studies, facility project books, O&M Manuals and/or statements of work. SELECTION CRITERIA; FAR 36.602-1(a): Failure of a firm to address its specified qualifications will result in the incontrovertible determination that the submittal 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; Structural; and Interior Design. (2)SPECIALIZED EXPERIENCE and technical competence in the type of work described in CONTRACT INFORMATION, 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 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 more than five (5) actual copies of recent awards, commendations or other superior performance indicators. (5)LOCATION in the general geographical area of the projects and knowledge of the locality of the project areas (133rd Airlift Wing, MPLS/St. Paul ANG Base, St. Paul, MN and AHATS Training Area, 4761 Hamline Avenue North, Arden Hills, MN 55112). All contract work is to be performed within the State of Minnesota. Address specific knowledge of Minnesota's topography and soil conditions, coastal and weather conditions and knowledge of State of Minnesota's local building codes and practices. (6)VOLUME OF WORK performed in the previous 12 months under contracts awarded by DOD. This solicitation is Unrestricted and open to all businesses regardless of size. The North American Industry Classification System (NAICS) code for this action is 541330. The Small Business size standard is $15,000,000.00. Small Businesses are encouraged to team with other businesses. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practical extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large business firms that intend to do contracting must convey their intent to meet the minimum small business goals on the SF 330, Section C. by identifying subcontracting opportunities with small businesses. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal Package. The National Guard subcontracting goals are as follows; a minimum of 61% of the contractors intended subcontract amount be placed with Small Businesses (SB), 21% will be placed with small disadvantaged businesses (SDB), 13.1% will be placed with Women-Owned Small Businesses (WOSB), 7% will be placed with HUB Zone Small Businesses, and 8.5% will be placed with Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The subcontracting plan is NOT required with this submittal. 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 one (1) completed and bound paper copy of their SF 330 (Parts 1 and II)(Architect-Engineer Qualifications). Additionally, firms may submit the data on CD/DVD but the CD/DVD shall not substitute for the hard copy submission. 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 shall be at least 10 pitch or larger 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 clipping and/or CDs of completed projects. 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 2:00:00 p.m., Central Standard Time, on 24 February, 2015. This is NOT a Request for Proposal. Interested firms shall submit 1 copy of the SF 330 (Parts I and II), by e-mail to: Jameson.a.schwartz.mil@mail.mil and Colleen.m.dalquist.civ@mail.mil, OR by surface mail to: USP&FO-MN, Purchasing and Contract, SFC Jameson Schwartz, 15000 Highway 115 (Camp Ripley) Little Falls, Minnesota 56345-4173, NOT LATER THAN February 24th, 2015 at 2:00 PM (CST). Facsimile transmissions will not be accepted. Late proposal rules in FAR 15.208 will be followed for submissions received after 2:00:00 p.m. Central Standard 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. Cover letters and extraneous materials ARE NOT desired and WILL NOT be considered by the selection boards. Personal visits, for the purpose of discussing this announcement or the Submittal, will not be allowed. 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/. You will need your DUNS number to register. Instructions for registering are on the web page. Firms should be registered well in advance of the closing date for submission of the SF 330 as the process may take 3 - 5 days. Q&A 1 Will you hold an interview of the shortlisted firms? Once a shortlist has been established, selected firms on that list will be contacted and further instructions will be given as to how to prepare for interview/presentation. In solicitation W912LM-15-R-0003 under SELECTION CRITERIA, criterion (2) reads quote mark SPECIALIZED EXPERIENCE and technical competence in the type of work described in CONTRACT INFORMATION, DUTIES, including experience... quote mark Can you please clarify what quote mark contract information quote mark and quote mark duties quote mark refer to? This refers to any DoD experience or any experience that your firm has that is mentioned or listed in paragraph 3 of the pre-solicitation document and then followed in paragraph 4. Am I reading it correctly that both Part I and Part II count in the 20 double-sided sheet limit? If so, can I ask that the Guard reconsider and make Part II's additional. To meet the needs of the Guard, we want to bring the best subcontractor team possible. This could easily be 8-10 subcontractors and then we would need Part II's for any branch offices. As you can seem, Part II's could easily start to take our 20 double-sided sheet limit. There is a 20 page double sided limit for responses to this Pre-Solicitation Request. That 20 pages includes your SF330's Part I and Part II, Tabs, and a cover should you decide to include it. In solicitation W912LM-15-R-0003, does the 20 double-sided sheet page count exclude covers, tabs, table of contents, and SF 330 Part IIs? Yes, the 20 page double-sided limit includes all listed. Do the cover and tabs within each submittal count towards the page limit of 20 double-sided pages? Yes, the 20 page double-sided limit includes all listed. Your Pre-Solicitation Notice referrers to both a hard copy document w/CD submitted and an emailed document submitted. Can you please clarify what is required? Interested firms should submit the hard copy document to this office. You may follow up and ensure that items were received by email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21/W912LM15R0002/listing.html)
 
Place of Performance
Address: USPFO for Minnesota Camp Ripley, 15000 Highway 115 Little Falls MN
Zip Code: 56345-4173
 
Record
SN03624845-W 20150128/150126234656-f98b62ea48aee786c336842f41b3bea5 (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.