Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
SOLICITATION NOTICE

C -- SINGLE-AWARD INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) FOR ARCHITECTURAL AND ENGINEERING SERVICES TO SUPPORT THE FORT DRUM, NY DIRECTORATE OF PUBLIC WORKS

Notice Date
1/28/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
MICC - Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-15-D-ENGR
 
Response Due
3/6/2015
 
Archive Date
4/5/2015
 
Point of Contact
Terry Rigabar, (315) 772-9893
 
E-Mail Address
MICC - Fort Drum
(terry.l.rigabar.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a request for Architect-Engineering qualifications. This acquisition is being procured in accordance with the Brooks Act, as implemented in FAR Subpart 36.6, and is being 100% set aside for Service Disabled Veteran Owned Small Business Concerns IAW FAR 19.1405. Firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to be considered for award. Representations and Certifications must also be 100% complete in SAM to be considered for award. The objective of this Architectural and Engineering Services contract is to procure highly specialized services necessary to provide architectural and engineering services. CONTRACT INFORMATION: The Fort Drum Directorate of Public Works (DPW) has a requirement for Architectural and Engineering Services for the preparation of designs, plans, specifications and cost estimates for various projects to support Fort Drum, NY. The successful firm must have at least one member of its team that is a registered Professional Engineer within the State of New York. The Army anticipates awarding a Single-Award IDIQ contract with a three-year ordering period. The successful firm will be guaranteed a one-time minimum task order in the amount of $10,000.00. The maximum contract amount shall not exceed $4,500,000.00 for the life of the contract. The estimated contract award date is June 5, 2015. The North American Industry Classification System (NAICS) code for this acquisition is 541330 for Engineering Services; the Size Standard is $15 million. PROJECT INFORMATION: The general scope of work includes, but is not limited to: Architectural and Engineering Services for the preparation of designs, plans, specifications and cost estimates for various projects, designs and/or feasibility studies for new structures, various repairs, alterations and/or improvements to barracks, administrative facilities, warehouses, training buildings and other existing facilities. Work may also include preparation of building condition reports, rehabilitation of historic buildings and structures, project management and inspection services for construction projects, and CADD services, including the scanning or digitization of existing construction drawings. Rating factor categories are listed in descending order of importance. SELECTION CRITERIA: The selection criteria are listed below. Each firm must demonstrate their qualifications (including subcontractor qualifications) with respect to the selection criteria listed below. Evaluation criteria (1) through (6) are in descending order of importance, and are primary evaluation factors. Criteria (7) and (8) are in descending order of importance, and are secondary evaluation factors. At no time shall secondary evaluation factors be given greater significance than the primary evaluation factors. SF 330s will be evaluated to determine the most highly qualified firm/team. Failure to provide requested data or comply with the instructions in the Synopsis (including attachments) could result in a firm being considered less qualified, or being eliminated from consideration. Specific evaluation criteria include: 1.Relevant and specialized experience and technical competence of design teams, including individual team members, and collectively, as a total team (including joint venture and mentor-prot g ) - in descending order of importance within this category: a)Recent (past 5 years) specialized experience and technical competence in: Civil Engineering design/modeling/analysis, Electrical Engineering Design/modeling/analysis, Mechanical Engineering design/modeling/analysis, Fire Protection design/modeling/analysis, Transportation Engineering Design/modeling/analysis, Architectural design/modeling/analysis, Structural Engineering design/modeling/analysis, Environmental Engineering design/modeling/analysis, Surveying and Construction Site Layout as related to complex multi-disciplinary architectural/engineering projects. The evaluation will include a review of projects submitted to determine experience, ability to work within cost limitations and quality control management. Please provide contract numbers, points of contact, telephone numbers, and email addresses for each project reference. (Ensure that all experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330). b)Technical Approach. Knowledge and understanding of: Water, Sewer, natural gas, electrical power distribution, outside and inside plant telecommunications, fire protection/detection/suppression, HVAC, energy conservation, stormwater management, Unified Facility Criteria (UFCs), Unified Facility Guide Specifications (UFGSs), project management, cost analysis, Quality Control/Quality Assurance, and scheduling. The evaluation of the specialized experience and technical competence shall be based on experience from the last five years. The prime firm and key subcontractors (i.e. any subcontract which equals 10% or more of the prime contract) shall have experience working together, and must demonstrate a productive and effective work relationship. If a prime contractor is using key subcontractors experience to qualify, the prime contractor shall submit letters of commitment from those subcontractors and any key personnel. 2. Professional experience and qualifications - Submit a Project Organizational Chart that includes team members. The chart shall identify the licensed/registered Key Personnel identified below. Clearly describe the prime responsible firm (or firms if a joint venture or mentor-prot g ), and individuals, as well as the roles and responsibilities of individuals proposed as consultants or subcontractors. Key Personnel: Identify the qualifications of key personnel in the disciplines listed below. Offeror shall note if one individual is proposed for more than one position. Joint venture partners, mentor-prot g firms and/or sub-consultants shall provide letters of commitment to the project team. The firm agrees to assign to the contract those persons whose resumes, personnel data forms or personnel qualification statements were submitted. If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding 30 working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the firm shall propose a substitution of such personnel. All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least 15 days prior to the proposed substitution. All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person being replaced. Primary disciplines include: (1)Principal in Charge (2)Project Managers (3)Quality Control/Quality Assurance Manager (4)Civil Engineer (5)Mechanical Engineer (6)Electrical Engineer (7)Fire Protection Engineer (8)Structural Engineer (9)Geotechnical Engineer (10)Architect (11)Telecommunications Engineer Secondary disciplines include: (1)CADD Specialist/Technicians (2)Environmental Engineer (3)Transportation Engineer (4)Airfield Planning and Design Engineer (5)Construction Cost Estimator (6)Hydrology and Hydraulics Engineers (7)Industrial Hygienist (8)Construction Inspectors (9)Specifications Writer (10)Historic Preservationist Other personnel shall be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under the contract. Show lines of responsibility and communication between project team leaders and team members. The criteria will include a review of proposed personnel in the following key disciplines: Civil Engineering, Structural Engineer, Mechanical Engineering, Electrical Engineering, Fire Protection Engineering, Water Resources Engineering, Hydrology, Hydraulic Engineering, Historical Preservation, Architectural Design, Construction Management, Surveying and Project Management. Particular focus will be on the qualifications of personnel showing a significant role in the firm's specialized experience and technical approach submitted for the Principal in Charge and the Project Managers (Primary Disciplines 1 and 2). The evaluation of the key personnel will consider education, training, registration, relevant experience and longevity with the firm. 3. Capacity: Demonstrate capacity, experience and an effective organizational structure. The project team must be able to accomplish up to an estimated three (3) task orders simultaneously, totaling $500,000 to $600,000 in a 180-day period. Identify the full potential value of each current Indefinite Delivery contract that the firm has with the Government. The firm must demonstrate sufficient capacity to provide personnel to work on multiple task orders simultaneously. The evaluation will include a review of project specific descriptions to determine the extent in which the A-E firm has proven their ability to work on multiple projects, large scale projects, complex projects, and provide an adequate number of personnel in key disciplines. Capacity will be evaluated in accordance with FAR 36.602-1(a)(3). 4. Design Quality Control Management Plan: Provide a design quality control management approach tailored to this procurement, specifically explaining how the firm will maintain the quality of the design and control the estimated cost of construction, as designed. The firm shall define the system that will be in place at the time of contract award to assure the design quality is maintained and provide a comprehensive description of how the quality control process will be executed, including names and designations of the primary professionals who will be responsible for independent quality review (apart from key personnel design team members). A proposed management plan shall be presented in Section H of SF 330. The plan will be evaluated for experience producing quality designs based on an evaluation of the firm's design quality management plan. The design management plan should briefly address the team organization, quality control procedures, project cost estimating control, design schedule control, and coordination of in-house disciplines and consultants. In addition, Section D of SF 330 should include an organization chart. The SF 330 shall clearly indicate the primary office where the work will be performed, and the staff at this office. 5. Past Performance: The firm shall provide a maximum of five example projects performed by the prime firm and key subcontractors demonstrating recent experience. The agency will review only the maximum allowable projects in order of submission; any projects listed thereafter will be disregarded. Relevant experience is defined as similar in size, scope and complexity to the services identified herein. Recent experience is experience within the last 5 years from the date of this announcement. More recent past performance shall be considered more advantageous. Past Performance Information Retrieval System (PPIRS) will be queried for all prime firms and key subcontractors to assess performance risk. The evaluation of this factor will be based on the past performance information for a maximum of (5) years from the release of this announcement. The Government may elect to consider any credible information obtained from other sources in addition to those identified by the firm if adequate information is not available in PPIRS. In the event that adverse past performance information is obtained from other sources, the firm will have the opportunity to respond to any adverse information received to which it had not had a previous opportunity to comment. Responses shall include performance on DoD and other contracts in terms of quality of work, compliance with delivery schedules, history of working relationships with consultants, technical support, cost control, and overall cooperativeness and responsiveness. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. 6. Knowledge of Locality: A firm's knowledge of the locality will be met with the required New York Professional license requirements. SECONDARY SELECTION CRITERIA: The secondary criteria at (7) and (8) below will only be used as needed, as additional discriminators among firms considered technically equal. 7. Geographic Proximity: The firm's principal place of business shall be within a 200 mile radius of Fort Drum, NY. 8. Volume of DoD Contract Awards: Please list the total value of all A-E contracts awarded to your firm within the last 12 months. For indefinite-delivery contracts, please list the total value of task orders actually issued by agencies within the last 12 months, and not the potential value of the contracts. Unexercised options will not be considered. SPECIAL INSTRUCTIONS: This acquisition is a 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and will be competed using A-E selection procedures in accordance with FAR 36.6, Architect-Engineer Services. This is NOT a Request for Proposal. Offerors are hereby notified that, if selected as the most highly qualified firm, the response time for the issued Request for Proposal is anticipated to be 15 days from the date of RFP issue. Interested firms desiring consideration shall submit appropriate data described in the Standard Form 330 (SF 330), Architect-Engineer Qualifications Part I and Part II. All information must be submitted on the SF 330, and shall not include other formats referencing the SF330 in lieu of submitting the SF 330. Fully completed Part I and Part II sections of the SF 330 must be submitted. A Part II SF 330 must be submitted for each specific branch office, as applicable. Include a cover letter addressing whether your firm is a SDVOSB. The cover letter should also provide a contact list of personnel authorized to negotiate on behalf of the firm. Offerors shall submit one hard-copy submittal and one digital copy of the SF 330 on CD-ROM or DVD. Digital files shall be in Microsoft Word or searchable Adobe Acrobat Portable Document File (.pdf) format. The electronic copies of the proposal shall be an exact duplicate of the submitted paper proposal. The Government will not perform a word-by-word check of the paper submission against the electronic submission. However, if discrepancies are identified between the electronic copies and the paper proposal, the digital proposal shall prevail. The hard-copy submission shall be bound in a three-ring loose-leaf binder. Page limitations are as follows: SF 330 Section / Section Title / Page Limitation SF 330 - Part I (A- E,G, I)/No limitation SF 330 - Part I (F) / Example of Projects Which Best Illustrate Qualifications / Limited to 5 projects, 3 pages each (Projects must have been completed in the last 5 years SF 330 - Part I (H) / Additional Information / 100 pages SF 330 - Part II / No limitation Please respond to this announcement no later than March 6, 2015 at 4:00 pm (EST) for consideration. No paper copy submissions will be accepted. All responses must be sent electronically (with attached documents in pdf format) to: terry.l.rigabar.civ@mail.mil, and cindy.l.mcaleese.civ@mail.mil The deadline for questions in regard to the content and instruction of this synopsis is Wednesday February 11, 2015 at 2:00 p.m. (EST). Questions and/or comments shall be addressed to Terry Rigabar at terry.l.rigabar.civ@mail.mil, and Cindy McAleese at cindy.l.mcaleese.civ@mail.mil. Any questions and/or comments received after Wednesday February 11, 2015 at 2:00 p.m. (EST) may not be considered for response. All timely questions and/or comments will be addressed and subsequently posted on the FedBizOpps website. All questions / inquiries shall be submitted via email to the POCs listed above. Telephone inquiries will not be entertained.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d97edf46268037d788f0581d13917492)
 
Place of Performance
Address: MICC - Fort Drum Directorate of Contracting, 31 Quartermaster Road West Street Fort Drum NY
Zip Code: 13602-5220
 
Record
SN03626891-W 20150130/150128235137-d97edf46268037d788f0581d13917492 (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.