SOLICITATION NOTICE
C -- SMALL BUSINESS Indefinite-Delivery Indefinite-Quantiy (IDIQ) Architect-Engineer Contract for Military Design and Interagency and International Services (IIS) in Support of the South Pacific Division (SPD) - Attachment 1: Past Performance Questionnaire
- Notice Date
- 9/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-16-R-0029
- Archive Date
- 11/10/2016
- Point of Contact
- Melissa A. DeNigris, Phone: 916-557-5137, Carolyn E Mallory, Phone: 916-557-5203
- E-Mail Address
-
Melissa.A.DeNigris@usace.army.mil, Carolyn.E.Mallory@usace.army.mil
(Melissa.A.DeNigris@usace.army.mil, Carolyn.E.Mallory@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Please use the attached for the past performance for the past performance criterion. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Up to four two will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required to provide the full spectrum of design disciplines on all or portions of Military Design and Interagency and International Services (IIS) projects. The primary emphasis of A-E services will focus on Military and IIS Projects; however, design services may also include Energy Conservation Investment Program (ECIP), and Civil Works projects. A specific scope of work and services will be issued with each task order. This procurement will be conducted under FSC Code: C219; SIC Code: 8711; NAICS Code: 541330. The size standard for this code is $15,000,000.00. To be considered a Small Business under this NAICS code, the respondent's average revenue for the last three fiscal years cannot be more than $15,000,000.00. Up to two (2) contracts will be negotiated and awarded within one year after the required response date to this announcement. Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be negotiated. These contracts will be for a period of performance of up to five (5) years, consisting of a base contract period of three (3) years and an option to extend the contract term by an additional two (2) years. This MATOC will have a combined capacity of $10,000,000.00. The full $10,000,000.00 will be available for the base year and any remaining funds will carry over once the option years are exercised. The option may be exercised at the discretion of the Government. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strength and previous experience in relation to the work requirements and geographic location described in the statement of work for each task order. Details of the selection process will be included in the resultant contracts. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged business. The wages and benefits of service employees (see FAR 22.1) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to employee's office location (not the location of the work). To be eligible for contract award a firm or joint venture must be registered in the System or Award Management (SAM). Register via the Internet Site at https://www.sam.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. Performance evaluations will be prepared in the Contractor Performance Assessment Reporting System (CPARS), which is a web-based system. The Architect-Engineer Contract Administration Support System (ACASS) was previously used, and CPARS is now the current platform. Engineering Pamphlet (EP) 715-1-7, Chapter 6 has not been updated, as yet to reflect this change. Past performance evaluations shall be prepared for each architect-engineer services contract of $35,000 or more. A final evaluation will be prepared for each task order exceeding $35,000.00. For this procurement, the evaluation shall be prepared after acceptance of the A-E product on each task order. Past performance evaluations may also be prepared for contracts below $35,000. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using CPARS requires specific software, called PKI certification, which is installed on the user's computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transaction. The certification software could cost approximately $100-$120 per certificate per year and is purchased from External Certificate Authorities (ECA) vendors. Current information about the PKI certification process and for contracting vendors can be found on the web site http://www.cpars.gov. If the contractor wishes to participate in the performance evaluation process, access to CPARS and PKI certification is the sole responsibility of the Contractor. 2. PROJECT INFORMATION: Architectural-Engineering (A-E) services are required to provide the full spectrum of design disciplines on all or portions of complete Military/IIS projects and Civil works projects as secondary. Projects will primarily be located within the South Pacific Divisions military boundaries of CA, NV, UT and AZ and the civil works boundaries of CA, NV, AZ, UT, and portions of OR, ID, CO and WY. The contracts may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility. Use of the contracts outside the above areas of responsibility is subject to the review and approval of the contracting officer. The A-E services required under this contract may range in scope from planning/design studies supporting programming/budgetary documents, technical feasibility studies, alternatives development, engineering optimization evaluations, design quality review services, design-build requirements packages, to a new project design for Military and IIS and Civil Works Projects. The primary focus of this contract is to provide design services in support of the Military and IIS Programs. Projects will typically be smaller (Programmed amounts in $500K to $3 million range typically), and of lesser overall complexity. Projects under the Military Program will typically be funded by the Sustainment, Restoration and Modernization (SRM) program. The design services could range from an architectural renovation (some of historical significance), maintenance and repair of a variety of small projects, ECIP Program studies/designs (more detail below), or may also include design of complete additions, alterations, or new facility designs for Military projects such as barracks, warehouses, storage facilities, administrative facilities, training facilities, maintenance facilities, aircraft hangars, computer facilities, aircraft runways, taxiways, aprons, treatment plants, and the entire spectrum of infrastructure (road and utility) systems. Energy Conservation Investment Program (ECIP) projects (a subset of Army Milcon Program) include energy reduction and renewable energy projects, including but not limited to: photovoltaic, wind, microgrids, energy management control systems (EMCS) and water conservation. Demolition of existing facilities may be required which will necessitate asbestos and or lead based paint investigation with provisions for removal included in the design documents. Design services may also be required to support the Interagency and International Services (IIS) Program providing technical assistance to non-Department of Defense (DoD) federal agencies, state and local governments, tribal nations, private U.S. firms, international organizations, and foreign governments. Typical agencies requiring design or design review support could be the Dept of Veterans Affairs (medical and administrative type facilities), EPA, Customs and Border Protection, and DOE. Design services may also include support of the Civil Works Program. Civil Works project studies and designs could involve levees, floodwalls, dams, spillways, various mechanical gate structures, pumping stations, stilling basins, hydraulic flow control structures, and bridges. Civil Works studies may include, but not be limited to, the evaluation of flood damage, preparation of engineering analysis, acquisition of topographic and hydrographic data, and environmental restoration to include wetlands development. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD). All data shall meet Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) requirements. Work may be required to be performed in an AutoCAD, Microstation, or equal, environment. Many projects will be required to be modeled in a BIM environment (Revit). GIS work may be field, desktop or Internet based. Firms may be required to develop Hyper-Text Mark-up Language (HTML) as the project medium. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in accordance with https://tsc.wes.army.mil/products/standards/aeguide/index.asp], per AE Deliverable Guidelines at https://tsc.wes.army.mil/products/ standards/aeguide/aecadd.asp. The Government will only accept final documents found to be fully operational without conversion or reformatting. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (M-CACES Second Generation MII) (software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contractor. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria" a" through "d" are primary. Criteria "e" through "f" are secondary and will only be used as tiebreakers among technically equal firms. a. Specialized Experience and technical competence. The A-E must provide examples of not more than ten (10) projects completed within the last 5 years that best demonstrate specialized experience and technical competency in the areas listed below. Project examples submitted should be of completed projects. All projects cited must identify start/complete dates as well as the project size (cost and scope). Please also provide the percentage of work completed by the prime contractor. Prime Contractor's that do not have specific experience in the following types of tasks will be evaluated based on their subcontractors' experience. However, projects where the prime performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. 1. Capability and recent experience in Military or IIS project studies and designs involving facilities such as: barracks, warehouses, storage facilities, administrative facilities, medical facilities, training facilities, maintenance facilities, aircraft hangers, aircraft runways/taxiways/aprons, roadways, utilities, energy reduction and renewable energy projects. Experience with conceptual level studies/design for programming purposes, preparation of Design Build requirement packages, as well as final design (plans and specification for construction) is preferred. 2. Capability and experience with services in support of design, such as acquisition of geotechnical (explorations), topographic survey, utility survey, material testing results, design reviews (quality control and constructability), economic analysis, life cycle cost analysis, environmental documents and assessment of environmental impacts, cost engineering (using MCACES), GIS and CADD/BIM capability. 3. Work experience within the South Pacific Division boundaries, and particularly inside the Sacramento District boundaries will be considered in determining the most highly qualified firms. b. Firms must demonstrate professional and specialized experience for key disciplines. Evaluation of professional qualifications will consider education, training, certifications, registration, relevant experience and longevity with the firm of key technical personnel (3-year minimum is preferable). Project related experience of new employees with the firm will be considered. Experience in the discipline in which he/she will be working on should be identified. (SF 330, Part I, Sections E and G). Qualified professional personnel who are certified, registered and highly trained in the following key disciplines: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Geotechnical, Landscape Architect, Cost Engineering, Topographic Surveys, LEED Accredited Professionals, Geographic Information Specialist, CADD/BIM (Revit) Operator, Environmental Specialist and Certified Industrial Hygienist (CIH). c. Past performance of the Prime A-E firm must be provided on all projects submitted in section a. above, Specialized Experience and Technical Competence criteria. The prime A-E firm shall provide a reference using the Past Performance Questionnaire (PPQ), attached to this announcement, and/or a final Past Performance Information Retrieval System (PPIRS) report. The prime A-E is responsible for forwarding the PPQ to each past performance reference submitted under this synopsis. The submitting A-E firm should complete blocks 1-4 of the PPQ and the client/customer should complete blocks 5-8 and the evaluation survey. The client/customer should return the PPQ to the firm to be submitted with the SF330 or send, via email, the PPQ directly to the Government point of contact identified in this synopsis. PPIRS may be queried for all prime, Joint Venture (JV) and key subcontractors. In addition to the above, the Government may review any other sources of information for evaluating past performance. In the event that adverse past performance information is obtained outside the PPIRS query and the A-E firm did not have the opportunity to respond, the A-E firm will have the opportunity to respond. Or if the adverse past performance is the reason why the firm is not selected as one of the most highly qualified, the A-E firm will have the opportunity to comment. If CPARS evaluations are not available or are so sparse no meaningful rating can be reasonably assigned, the A-E firm will be assigned "neutral" rating and shall not be rated favorably or unfavorably. d. Capacity to accomplish multiple simultaneous task orders at different locations within the required timeframe, including professional qualifications of firm's staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time. Firms must demonstrate the capacity to accomplish multiple task orders simultaneously. e. SB and SDB Participation: [Defense PGI 236.602-1(a)(6)(C)] The extent of participation of small or disadvantaged businesses, or woman-owned small businesses, and participation of historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated contract efforts, regardless of whether the SB, SDB, HCU or MI is a prime contractor, subcontractor or joint venture partner. The greater the participation, the greater the consideration. f. Volume of DOD contract awards received in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit an original and Four (4) copies of the SF330 (03/2013) Part I, and an original and Four (4) copies of the SF 330 Part II for the prime firm and all consultants/subcontracts including related services questionnaires regarding past performance on non-Government projects to the office shown below, ATTN: Contracting A-E Team. The SF 330 shall not exceed 150 single pages (75 pages if double sided) 8 ½ x 11, not counting the cover letter, table of contents or any dividing page used to identify each SF 330 Section. Font size will be 10 or 12 font in either Times New Roman, Arial or Courier. No more than (3) three 11 x 17 pages for organization charts. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In addition to all the hard copies of the SF 330s and attachments, ONE (1) additional copy must be submitted electronically on a CD. Please include the CD in the original SF330 binder. The most highly qualified firm(s) may be required to provide in-person presentations prior to final selection and will be advised accordingly. Responses received by the close of business (4:00 pm local time) the day of the closing date will be considered for selection. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330 which will be considered by the agency. Contracting Office Address: US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814 Place of Performance: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814 5. OFFERORS QUESTIONS AND COMMENTS: Questions regarding this announcement must be in writing and addressed to Melissa DeNigris at Melissa.A.DeNigris@usace.army.mil and Carolyn Mallory at Carolyn.E.Mallory@usace.army.mil. All questions must be submitted no later than 23 September 2016 at 3:00 p.m., Pacific Standard Time (PST) to allow time for a response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-16-R-0029/listing.html)
- Place of Performance
- Address: Sacramento District Boundaries (see above), United States
- Record
- SN04266086-W 20160912/160911162450-bc6d317b0be269485ebe3e3c8776486e (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 |