Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
MODIFICATION

C -- NGA N2W Commissioning Synopsis

Notice Date
2/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-16-R-4001
 
Point of Contact
Hilary M. Winans, Phone: (816) 389-3500, Jay B. Denker, Phone: 8163893934
 
E-Mail Address
Hilary.m.winans@usace.army.mil, Jay.B.Denker@usace.army.mil
(Hilary.m.winans@usace.army.mil, Jay.B.Denker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address US Army Engineer District, Kansas City, ATTN: CECT-NWK-M, 601 East 12th Street, Kansas City, MO 64106-2896 Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. The selection will be based on demonstrated competence and qualifications for the required work. The AE contract for Commissioning (CX) services is required to support the planning, design, construction, and operation of a replacement campus for the National Geospatial Intelligence Agency's (NGA) 2nd Street St. Louis facilities. The project has been designated Next NGA West (N2W). One indefinite delivery contract (IDC) will be negotiated and awarded, with a base ordering period of five years, one 2-year option period and one 1-year option period for a total potential ordering period of 8 years. The total value of all task orders issued under this contract will not exceed $9,500,000. There is no limit on the value of individual task orders. Work will be issued by negotiated firm-fixed-price task orders. Award of the contract is anticipated in mid FY16. The North American Industrial Classification System (NAICS) codes for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000.00 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District which will be considered in negotiation of this contract are: (1) at least 30% of a contractor's intended subcontract amount be placed with small businesses (SB) (which includes all categories of small businesses); (2) at least 3% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 5% of a contractor's intended subcontract amount be placed with women owned small businesses (WOSB); (4) at least 0.25% of a contractor's intended subcontract amount be placed with HUBZone small businesses; (5) at least 2% of a contractor's intended subcontract amount be placed with Veteran Owned small businesses; and (6) at least 3% of a contractor's intended subcontract amount be placed with Service Disabled Veteran Owned Small Businesses. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. 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. Service wage rates will be determined relative to the employee's office location rather than the location of work. The period of performance for the IDC will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period. If necessary, there are two options to extend the ordering period beyond the base ordering period, one 2-year option ordering period and one 1-year option ordering period. The period of performance for task orders awarded under the IDC will be determined based upon the work requirement (not to exceed five (5) years) and will be included in the task order solicitations and negotiated task order award documents. Performance under any task orders shall not exceed beyond 11 years from award of the base contract. To be eligible for contract award, a firm must have a D-U-N-S number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS- 100 report. Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNs number. 2. PROJECT INFORMATION. Firms must be capable of performing work to support the programming, planning, design, construction and operation of facilities for the National Geospatial Intelligence Agency in the St. Louis Area. This work will include a replacement campus for the 2nd Street facilities known as the Next NGA West (N2W) program. The project is tentatively planned for construction to occur in the FY18 through FY23 timeframe. Efforts under this AE contract for CX are expected to begin mid FY16. The site has not been selected but will be in Missouri or Illinois. The campus complex is currently envisioned to consist of the following facilities/improvements: a. Secure Analytics Facility (SCIF) (approx 800,000 sf) b. Central Utilities Plant (approx 40,000 sf) c. Structured Parking (approx 1,000,000 sf) d. Visitor Control Center (VCC) (approx 7,300 sf) e. Remote Vehicle/Truck Inspection Facility (approx 6,500 sf) f. Associated Site improvements (roads, utilities, landscaping, etc) The selected AE firm will serve as the Commissioning Authority (CxA) for the N2W Program. This AE contract for CX will apply to all N2W facilities regardless of procurement method. The CxA effort will span the entire life of the N2W project. The work may include all of the following phases of Commissioning: developing and maintaining the Owner's Project Requirements (OPR), participating in Programming efforts led by the AE, developing CX requirements for construction documents, developing the CX plan, Systems Manual Structure, Construction Checklist Requirements participating in design reviews, developing test procedures reviewing and verifying the Systems Manual and Construction Checklists directing and verifying functional performance tests during construction maintaining issues logs and ensuring resolution of issues directing and verifying seasonal tests after occupancy coordinating warranty review conducting lessons learned workshops developing and assisting the implementation of a continuous commissioning program for N2W Some task orders would receive, process, and store classified information at the SECRET level. For those task orders, CX firms are required to employ staff with a SECRET clearance or capable of obtaining a SECRET clearance, qualified to perform the anticipated project work as well as access to a Defense Security System (DSS) certified computer system. Additionally, some tasks may require a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance. 3. SELECTION CRITERIA. The selection criteria are listed below in descending order or importance. Criteria a-e are primary. Criteria f-h are secondary criteria and will only be used as tie-breakers among firms that are essentially technically equal. a. Specialized Experience and Technical Competence: The following sub-criteria are listed in descending order of importance. Only information included in Section F of the SF 330 will be the basis for evaluation of this subfactor. (1)Experience as the Commissioning Authority on construction projects similar to N2W. For a project to be considered similar, the experience must include: i.Commissioning of all systems to include the building enclosure - (i.e. Total Building Commissioning). ii.Involvement as the Commissioning Authority (CxA) from project beginning to end. (Acting as an owner's representative or project manager providing oversight of commissioning activities primarily performed by other entities will not be considered equivalent to actually performing commissioning) Additional consideration for project similarity will include: iii.Facility size (500,000 SF excluding parking structures) iv.Facility type - (A facility with mission critical IT systems and redundant power, cooling and utilities) v.Secure Compartmental Information Facility (SCIF) Facilities or similar level of security constraint (narrative must describe how it is similar) for significant portion (at least 25%) of the facility). vi.Sustainably certified projects (or projects in the process of obtaining certification) in accordance with: LEED Gold, Net-Zero, ASHRAE 189.1 high-performing building, or other industry-recognized sustainability rating system. (2) Professional affiliation with nationally recognized commissioning organizations. (i.e. Building Commissioning Association (BCxA) Certified Commissioning Firm (CCF) or full membership in the AABC Commissioning Group (ACG). Only information included in Section H of the SF 330 will be the basis for evaluation of this sub factor). (3) Experience establishing "Continuous Commissioning" Programs for facilities with complex mechanical and electrical systems similar to the level required for the NGA facility. Only information included in Section F of the SF 330 will be the basis for evaluation of this subfactor. (4) Experience working on projects requiring secret or TS/SCI clearance. Only information included in Section F of the SF 330 will be the basis for evaluation of this sub factor. b. Professional Qualifications Firms shall demonstrate the professional qualifications in the following key disciplines: Commissioning Project Manager, lead Mechanical Engineer Commissioning Agent, lead Electrical Engineer Commissioning Agent, and lead Engineer or Architect Enclosure Commissioning Agent. The key disciplines are weighted equally. The education, professional registration, relevant certifications, relevant experience, longevity with the firm, and relevant project experience on similar projects will be considered. Project experience does not need to be the same as those projects submitted for the firm. A bachelor's degree, professional registration and certification from a nationally recognized commissioning organization (i.e. BCxA Certified Commissioning Professional, (CCP), or ACG Commissioning Authority, CxA) are minimum requirements. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. The basis of evaluation will be information provided in section E of the SF 330. c. Past Performance Past performance on DoD and other contracts with respect to quality of work and compliance with performance schedules will be evaluated. The Contractor Performance Assessment Reports System (CPARS) is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors may also be considered. The board will consider the relevancy of each performance evaluation on CX services contracts to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. In addition to CPARS, the board may seek information on past performance from other sources. Each project in Section F of the SF 330 shall include contact information for the owner, designer, and the construction contractor. A firm that has earned excellent evaluations and/or positive feedback on recent DoD and other contracts for similar size, scope, and complexity of projects will be given additional consideration. d. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel for mechanical, electrical and enclosure (architects 0r mechanical engineers) commissioning work. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form for each firm that is part of the proposed team. In section H, include a chart that indicates the number of personnel with CX expertise and whose primary activity is commissioning for mechanical, electrical and enclosure systems. e. Knowledge of the locality Knowledge of local conditions within Missouri and Illinois, specifically regarding climatic conditions and local construction methods including geotechnical considerations. (key disciplines: Mechanical Engineer and Enclosure Engineer or Architect). Appropriate experience must be shown in each discipline to be counted. Experience in the greater St. Louis area will have greater importance. Evaluation will look at the specific experience of the proposed team (including all team members in each key discipline, not just the leads) as stated in Section E of the SF 330. Secondary Selection Criteria. The following secondary criteria will only be used as a tie-breaker among firms that are essentially technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criteria are listed in descending order of importance. f. Geographic Proximity. Responding firms should identify any offices operated in close proximity to the St. Louis metropolitan area and the contribution these office(s) will make in support of the project. The basis of the evaluation will be information submitted in Section H of the SF 330. g. Small Business Participation. Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUBZone small businesses, Veteran Owned small businesses, Service Disabled Veteran Owned Small Businesses, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort. The greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. The basis of the evaluation will be information submitted in Section H of the SF 330. h. Volume of DoD AE Contract Awards for CX in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD AE contract awarded for CX within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD AE contracts for CX among qualified firms. 4. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one original and six copies of the SF 330 and one electronic copy in pdf format to the address listed below no later than 12:00 PM (Noon) Kansas City time on 24 March 2016. Copies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF 330. Only one SF 330 Part I for the team as a whole shall be included. Include the firm's DUNS and CPARS (ACASS) numbers in SF 330, Part I, Section B, Block 4. A maximum of ten projects for the proposed team (including joint ventures and teaming partners) shall be shown in section F. For the ten (10) projects submitted in Section F of the SF 330, a project is defined as work performed at one site or a single installation. An IDC contract is not a project. If the offeror provides a specific task order as its project, it shall provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as its project, it shall provide the contract number for reference purposes. Project descriptions shall clearly state extent of work performed by the team, and the dates of completion for design, construction and commissioning. Projects (or phases of projects) with construction completed before 2010 will not be considered. Projects (or phases of projects) for which construction is not complete will not be considered. Major renovation (versus new construction) projects can be submitted as one of the 10 projects in Section F, but for them to be considered as one of the projects similar to N2W, the systems commissioned as part of the project must include all major building systems, including the enclosure, and must include most, if not all of the phases of commissioning listed previously in this document. For all projects submitted, provide the following information: •Project Name •Client or customer (contract number if applicable) Include the prime contractor if your firm was a subcontractor. •Project Cost •Project size in SF. (Indicated size of non-conditioned spaces such as parking garages separately). •Construction completion date. •Project Delivery Method - Design/Build, Design/Bid/Build, other (describe). •Type of project (New construction or Renovation (include description of renovation scope) Indicate if project includes redundant/resilient utility infrastructure or SCIF or similar type secure areas and area. •Sustainable certifications. •Describe the type and extent of commissioning services provided - in instances where your firm provided oversight or review of activities provided by other firms but did not actually perform the work, clearly indicate that. Include in the narrative all phases of commissioning your firm performed. If certain portions of the commissioning effort were provided by a subcontractor under your firm's supervision, that should be indicated - e.g., your firm led the CX effort, and provided HVAC and electrical services, but had a sub consultant that provided the building envelope services. Indicate the firm(s) that served as a sub consultants and their roles. •Describe the duration and time period of commissioning services and your firm's role during those durations. For a project with multiple buildings or phases, provide specific details of when each building/phase was designed and constructed, and what your firm's role was in each phase. Additionally, submit a narrative describing the information below for each project as applicable. •Provide a narrative describing any experience establishing "Continuous Commissioning" Programs for the projects submitted. •Include a description of the TS/SCI clearance experience for any of the projects submitted. Checklists denoting compliance with the various requirements laid out in this Synopsis will not be used as evidence of complying with the requirements. The written narrative should demonstrate that projects submitted meet the requirements. Headings that correspond to each element are helpful in evaluating submittals, but are not specifically required. In instances where the narrative does not clearly indicate compliance with the requirements, the government will assume the requirements are not met. Points of contact who can verify the information provided for the project and provide a reference for your firm's performance on the project must be included. The SF 330 shall have a total page limitation of 100 printed pages; each project in Section F shall be limited to five (5) pages; Part II is excluded from the 100 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages. Tabs do not count against the page count limit. For all SF 330 sections, use no smaller than 11 pt. font. Solicitation packages are not provided. In SF 330, Section F, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C shall be so labeled. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CECT-NWK-H (Hilary Winans) or ATTN: CECT-NWK-M (Jay Denker) 647 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 Interviews will be held with the most highly qualified firms. Interviews will be conducted face-to-face in Kansas City, MO after determination of the most highly qualified firms. 5. QUESTIONS. Questions should be submitted through PROJNET Bidder Inquiry at https://www.projnet.org - using key 8U5U73-F8R764. Additional Info: Additional documentation Contracting Office Address: USACE District, Kansas City, ATTN: CENWK-CT, 647 Federal Building 601 East 12th Street, Kansas City, MO 64106-2896 Place of Performance: USACE District, Kansas City ATTN: CENWK-CT, 635 Federal Building 601 East 12th Street Kansas City MO 64106-2896 US Point of Contact(s): Hilary Winans, 816-389-3500 USACE District, Kansas City Jay Denker, 816-389-3934 USACE District, Kansas City Feb 25, 2016 Update: If you would like to receive a list of the interested vendors for this project, please send an email to Ms. Hilary Winans at hilary.m.winans@usace.army.mil with the following subject line "N2W Cx Interested Vendor List Request" and a list will be provided to you.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-16-R-4001/listing.html)
 
Place of Performance
Address: 635 Federal Building 601 East 12th Street, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN04032633-W 20160228/160226234502-ab389d024b16afe1734474ecac47a9e0 (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.