Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
MODIFICATION

C -- Architect-Engineer (A-E Services for Military and Interagency & International Services (IIS) Projects throughout the Seattle District, U.S, Army Corps of Engineers Boundaries (WA, OR, ID, and MT)

Notice Date
5/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-17-R-0022
 
Archive Date
6/27/2017
 
Point of Contact
JOHN SCOLA, , Travis Shaw, Phone: 206-764-3527
 
E-Mail Address
JOHN.P.SCOLA@USACE.ARMY.MIL, travis.c.shaw@usace.army.mil
(JOHN.P.SCOLA@USACE.ARMY.MIL, travis.c.shaw@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Multi-Discipline Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services for Military and Interagency & International Services (IIS) Projects throughout the Seattle District, U.S, Army Corps of Engineers Boundaries (WA, OR, ID, and MT) 1. CONTRACT INFORMATION: This announcement for IDIQ A-E services is for at least three (3) Large A-E Firms and at least three (3) Small Business A-E Firms. Note below there is separate criteria for Large A-E Firms and the Small Business A-E Firms. When submitting a response, indicate which business size your firm is being considered for. This contract is being procured in accordance with Public Law 92-582 (the "Brooks Act") as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The Government intends to award multiple full and open competition IDIQ A-E contracts. Selection of multiple A-Es under this acquisition will create two A-Es groups, consisting of a small business A-E group and a large business A-E group, sharing the $45,000,000 ($45.0M) total contract capacity. Each group will consist of at least three (3) A-E firms, resulting in the award of A-E contracts to at least six (6) firms. Under the IDIQ contracts, project-level requirements will be scoped for selection, negotiation, and award as firm-fixed-price (FFP) Task Orders. If the Contracting Officer determines during the selection process that the number of awarded contracts should be adjusted based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. These IDIQ contracts will have a maximum period of performance of five (5) years (a one-year base period and four (4) option periods of 1 year each). The NAICS Code for this procurement is 541330 for Engineering Services (primary) and 541310 for Architectural Services (secondary). Firms must be capable of providing support for program requirements for military (DoD) and IIS (non-DoD) planning, studies, design, and design support during construction. The A-E services will be primarily for military projects at U.S. Army, U.S. Air Force, and other DoD agency sites and secondarily for non-DoD project sites for various federal agencies within the NWS area of responsibility, which covers Washington, Oregon, Idaho and Montana. The wages and benefits of service employees (see FAR 22.10) performing work 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 the employee's office location (not the location of work). To be eligible for contract award, a firm must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the System for Award Management (SAM). For information in regard to opening a SAM account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. 2. PROJECT INFORMATION: The A-E will be required to prepare design analyses, drawings, specifications, and cost estimates, as required, for a variety of major projects using current Army, Air Force, Corps of Engineers and other DoD and non-DoD agency standards. A-E services may be required for one or more project phases, including project initiation and plan development, project definition, bid packages with full design (specifications, drawings) for design-bid-build (DBB) contracts and/or requests for proposal (RFPs) for design/build (D/B) contracts, design support services during construction, and other services as required by the Government. Service capabilities will be required for architectural, landscaping, civil, mechanical, electrical and structural engineering. The ability to prepare designs using Building Information Modeling (BIM) meeting U.S. Army and U.S. Air Force standards is a requirement. Incidental asbestos and lead paint survey work may be required relating to the design services. Services will be accomplished in the contractor's office with the exception of field investigations and field surveys required at the individual project sites. The Government will not provide any direct supervision of the A-E employees. Task orders will be issued as the need arises during the contract ordering period. Task order awards will be FFP-type orders. The period of performance on individual task orders will not exceed three (3) years, unless otherwise approved by the Procuring Contracting Officer. The total contract amount will not exceed $45.0M in shared contract capacity. The minimum and maximum task order amounts are, respectively, $2,500.00 and $2.0M for large and small business A-E firms, unless otherwise approved by the Procuring Contracting Officer. Per DFARS Subpart 219.5, implementing 10 U.S.C. § 2855, task orders in connection with a military construction project or a military family housing project with an estimated initial award of $400,000 or more will not be set aside for small business concerns. Other task orders may be set aside for small business concerns depending on the specific scope of work and the estimated initial award. The most highly qualified A-E firm for the current task order requirement(s) is determined in compliance with FAR 36.6 procedures. 3. SELECTION CRITERIA: Offerors shall identify the A-E group (small or large business) for which the firm is submitting their SF330 for consideration. Firms are not allowed to submit for both groups or for a group which does not match their firm size. For the purposes of this procurement, a concern is considered a small business for NAICS 541330 if its annual gross receipts are $15 million or less.  SMALL BUSINESS A-E SELECTION CRITERIA: Selection of the small business A-E group will be based on the following primary criteria, listed in descending order of importance, first by major criterion and then by each sub-criterion, if applicable. Criteria A through E are primary and will be evaluated for all offerors. Criteria F through H will only be used as a tie-breaker among technically equal, most highly qualified firms in the small business A-E group. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criterion are listed below in order of descending importance (higher level criterion will be evaluated first, and others considered only if required). Primary Criterion A - Specialized experience and technical competence of the proposed firm(s) in a broad range of military and non-DoD projects: 1. Planning (DD1391 validation, charrette, Project Definition Report, Value Engineering). 2. Design (all phases through full design-bid build or design-build packages), listed in descending order of importance: • Administrative, training, and physical fitness facilities. • Hangars, maintenance facilities, and warehouses. • Community centers, education centers, youth/child development centers. • Barracks, quarters or dormitories, and short-term lodging facilities. • Site infrastructure (streets and highways, access controls, parking) and utilities. 3. A-E support during construction for military projects. Additional considerations: • Projects in which the small business team demonstrated prior project experience working together in significant prime/sub-consultant roles may be evaluated more favorably for this criteria. • Projects completed on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be evaluated more favorably for this criteria. Projects completed for non-DoD agencies, with similar requirements to the range of military projects described above, may be submitted as experience, but will not be evaluated more favorably. • Projects that included building information modeling, underground utilities information modeling, and sustainability may also be evaluated more favorably. Firms will be evaluated for experience and competence. The basis of the evaluation will be the information in Sections F, G, and Part II - General Qualifications of the SF330. A maximum of ten (10) projects awarded to and/or completed by the proposed Team no more than 5 years prior to submission, including joint ventures and teaming partners, shall be shown in Section F. For the 10 projects submitted in Section F of the SF 330, a "project" is defined as work performed at one site or at a single installation. An Indefinite Delivery Contract (IDC) is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site or installation. Project descriptions shall clearly state extent of work performed by the team, extent of work completed, and dates of completion. If the offeror provides a specific task order as its "project," provide the base contract number(s) and the task order number(s) for reference purposes. If the offeror provides a site-specific contract as its "project," provide the contract number. If the offeror provides more than 10 example projects, only the first 10 examples will be evaluated. Primary Criterion B - Professional qualifications of a firm's staff and team consultants to be assigned to this contract. The education, training, professional registration, proposed job title, overall and relevant military and non-DoD design experience, longevity with the firm, and experience of key personnel will be considered. This criterion is primarily concerned with the qualifications of the key personnel identified by the A-E and not the number of personnel, which is addressed under Criterion D - Capacity. The number of key personnel employed by the small business Prime/JV may be evaluated more favorably for this criteria. Responding firms should demonstrate the professional qualifications of their staff in key disciplines: • Key professional disciplines are identified below by function code (fc):  Descriptions by fc correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions; where a function code does not exist, the requirement is described by the Government.  Identify key personnel proposed by fc in Sections E, G, and H of the SF330.  List professional registrations or certifications, if applicable, for the key disciplines; professional registration is required for disciplines (1) through (10), with the exception that nationally-recognized cost engineering certifications are acceptable for (7) Cost Engineers and LEED certifications are acceptable for (9) Sustainable Design. • Key professional disciplines required, listed in descending order of importance: 1. Project Managers (fc 48); 2. Quality Control Managers (no fc; self-identify QC role(s), qualifications, and specific staff); 3. Architects (fc 06); 4. Civil Engineers (fc 12) and Structural Engineers (fc 57); 5. Electrical Engineers (fc 21), 6. Mechanical Engineers (fc 42); 7. Cost Engineers (fc 18); 8. Fire Protection Engineers (fc 25); 9. Sustainable Design (no fc; LEED certification required, self-identify sustainable design roles and specific staff); and; 10. Communications Engineers (fc 13). • Responses must be coordinated with Part II, subpart 9, "Employees by Discipline." The basis of the evaluation will be the information in Sections E, G, and H of the SF330. Primary Criterion C - Past Performance on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. Evaluations used for source selection purposes are obtained from the Past Performance Information Retrieval System (PPIRS). Contractor Performance Assessment Reports System (CPARS) ratings are the primary source of information on past performance. PPIRS will be queried for all firms submitting an SF330. Each project in Section F of the SF330 shall include project owner's contact information. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm, if none is available from PPIRS. The board will first consider the relevancy of each performance evaluation on A-E 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. Past performance ratings for projects completed on a military installation and those requiring antiterrorism/force protection (AT/FP) criteria knowledge are considered more relevant. The board will then rate the confidence of the firm based on the ratings of its past performance, with an emphasis on quality of work, cost control, and compliance with performance schedules, and the extent to which past projects were performed by proposed key personnel. The end result will be a combined relevancy/confidence rating (e.g., Relevant/Substantial Confidence). If no relevant past performance information is available on a firm, the firm will be given a neutral confidence evaluation regarding past performance. Primary Criterion D - Capacity of key disciplines. The board will consider available capacity of key disciplines identified above (Criterion B) for the Team to perform work in the required time. The basis of the evaluation will be the information in Section H (e.g., a table summary of total Team capacity for each key discipline) and Part II of the SF330. Function code (fc) and descriptions must correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions. Where a function code does not exist, the requirement is described by the Government. Responses must be coordinated with Part II, subpart 9, "Employees by Discipline". Primary Criterion E - Knowledge of the Locality. The board will evaluate the Team's familiarity with local conditions, specifically demonstrating (1) knowledge and experience dealing with geological features, and (2) the state/ local regulatory agencies in Washington, Idaho, Oregon, and Montana. Work under these contracts may be in a widely dispersed geographic area, therefore, responding firms should demonstrate the extent of their capabilities to serve projects located throughout NWS. The basis of the evaluation will be the information in Section H of the SF330. Secondary Criterion F - Extent of Small Business participation. (Not used.) Secondary Criterion G - Geographical Proximity to the USACE Seattle District office and its engineering and construction personnel located in the covered states (Idaho, Oregon, Montana, and Washington). The basis of the evaluation will be the information in Section H of the SF330. Secondary Criterion H - Volume of DoD Contract Awards 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 A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. The basis of the evaluation will be the information in Section H of the SF330.  LARGE BUSINESS A-E SELECTION CRITERIA: Selection of the large business A-E group will be based on the following primary criteria, listed in descending order of importance, first by major criterion and then by each sub-criterion, if applicable. Additional consideration will be given for experience and qualifications by the Prime/Joint Venture (JV) A-E firm. Criteria A through E are primary and will be evaluated for all offerors. Criteria F through H will only be used as a tie-breaker among technically equal, most highly qualified firms in the large business A-E group. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criterion are listed below in order of descending importance (higher level criterion will be evaluated first, and others considered only if required). Primary Criterion A - Specialized experience and technical competence of the Prime/JV firm in a broad range of military and non-DoD projects: 1. Planning (DD1391 validation, charrette, Project Definition Report, Value Engineering). 2. Design (all phases through full design-bid build or design-build packages), listed in descending order of importance: • Administrative, training, and physical fitness facilities • Hangars, maintenance facilities, and warehouses • Community centers, education centers, youth/child development centers. • Barracks, quarters or dormitories, and short-term lodging facilities • Site infrastructure (streets and highways, access controls, parking) and utilities. 3. A-E support during construction for military projects. Additional considerations: • Projects in which the Prime/JV and its team sub-consultants demonstrated prior project experience working together in significant prime/sub-consultant roles may be evaluated more favorably for this criteria. • Projects completed on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be evaluated more favorably for this criteria. Projects completed for non-DoD agencies, with similar requirements to the range of military projects described above, may be submitted as experience, but will not be evaluated more favorably. • Projects that included building information modeling, underground utilities information modeling, and sustainability may also be evaluated more favorably. Firms will be evaluated for experience and competence. The basis of the evaluation will be the information in Sections F, G, and Part II - General Qualifications of the SF330. A maximum of ten (10) projects awarded to and/or completed by the Prime/JV no more than 5 years prior to submission, including joint ventures and teaming partners, shall be shown in Section F. For the ten projects submitted in Section F of the SF 330, a "project" is defined as work performed at one site or at a single installation. An Indefinite Delivery Contract (IDC) is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site or installation. Project descriptions shall clearly state extent of work performed by the team, extent of work completed, and dates of completion. If the offeror provides a specific task order as its "project," it shall provide the base contract number(s) and the task order number(s) for reference purposes. If the offeror provides a site-specific contract as its "project," it shall provide the contract number for reference purposes. If the offeror provides more than 10 example projects, only the first 10 examples will be evaluated. Primary Criterion B - Professional qualifications of a Prime/JV's staff and team consultants to be assigned to this contract. The education, training, professional registration, proposed job title, overall and relevant military and non-DoD design experience, longevity with the firm, and experience of key personnel will be considered. This criterion is primarily concerned with the qualifications of the key personnel identified by the A-E and not the number of personnel, which is addressed under Criterion D - Capacity. The key personnel employed by the Prime/JV may be evaluated more favorably for this criteria. Responding firms should demonstrate the professional qualifications of their staff in key disciplines: • Key professional disciplines are identified below by function code (fc):  Descriptions by fc correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions; where a function code does not exist, the requirement is described by the Government.  Identify key personnel proposed by fc in Sections E, G, and H of the SF330.  List professional registrations or certifications, if applicable, for the key disciplines; professional registration is required for disciplines (1) through (10), with the exception that nationally-recognized cost engineering certifications are acceptable for (7) Cost Engineers and LEED certifications are acceptable for (9) Sustainable Design. • Key professional disciplines required, listed in descending order of importance: 1. Project Managers (fc 48); 2. Quality Control Managers (no fc; self-identify QC role(s), qualifications, and specific staff); 3. Architects (fc 06); 4. Civil Engineers (fc 12) and Structural Engineers (fc 57); 5. Electrical Engineers (fc 21), 6. Mechanical Engineers (fc 42); 7. Cost Engineers (fc 18); 8. Fire Protection Engineers (fc 25); 9. Sustainable Design (no fc; LEED certification required, self-identify sustainable design roles and specific staff); and; 10. Communications Engineers (fc 13). • Responses must be coordinated with Part II, subpart 9, "Employees by Discipline." The basis of the evaluation will be the information in Sections E, G, and H of the SF330. Primary Criterion C - Past Performance on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. Evaluations used for source selection purposes are obtained from the Past Performance Information Retrieval System (PPIRS). Contractor Performance Assessment Reports System (CPARS) ratings are the primary source of information on past performance. PPIRS will be queried for all firms submitting an SF330. Each project in Section F of the SF330 shall include project owner's contact information. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm, if none is available from PPIRS. The board will first consider the relevancy of each performance evaluation on A-E 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. Past performance ratings for projects completed on a military installation and those requiring antiterrorism/force protection (AT/FP) criteria knowledge are considered more relevant. The board will then rate the confidence of the firm based on the ratings of its past performance, with an emphasis on quality of work, cost control, and compliance with performance schedules, and the extent to which past projects were performed by proposed key personnel. The end result will be a combined relevancy/confidence rating (e.g., Relevant/Substantial Confidence). If no relevant past performance information is available on a firm, the firm will be given a neutral confidence evaluation regarding past performance. Primary Criterion D - Capacity of key disciplines. The board will consider available capacity of key disciplines identified above (Criterion B) for the Prime/JV and its team consultants to perform work in the required time. The basis of the evaluation will be the information in Section H (e.g., a table summary of (1) Prime/JV and (2) total team capacity for each key discipline) and Part II of the SF330. Function code (fc) and descriptions must correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions. Where a function code does not exist, the requirement is described by the Government. Responses must be coordinated with Part II, subpart 9, "Employees by Discipline". Primary Criterion E - Knowledge of the Locality: The board will evaluate the Team's familiarity with local conditions, specifically demonstrating (1) knowledge and experience dealing with geological features, and (2) the state/ local regulatory agencies in Washington, Idaho, Oregon, and Montana. Work under these contracts may be in a widely dispersed geographic area, therefore, responding firms should demonstrate the extent of their capabilities to serve projects located throughout NWS. The basis of the evaluation will be the information in Section H of the SF330. Secondary Criterion F - Extent of Small Business participation including Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. FAR 52.219-9 requirement for a large business is a subcontracting plan for parts of the work it intends to subcontract. The subcontracting minimum goals for the Seattle District in the negotiation of this contract follow: 40% - Small Business 5% - Small Disadvantaged Business 5% - Women-Owned Small Business 3% - HUBZone Small Business 3% - Service-Disabled Veteran-Owned Small Business 2% - Veteran-Owned Small Business The basis of the evaluation will be the information in Section H of the SF330. Secondary Criterion G - Geographical Proximity to the USACE Seattle District office and its engineering and construction personnel located in the covered states (Idaho, Oregon, Montana, and Washington). The basis of the evaluation will be the information in Section H of the SF330. Secondary Criterion H - Volume of DoD Contract Awards 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 A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. The basis of the evaluation will be the information in Section H of the SF330. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) original plus three (3) copies [four (4) total hard copies] and one (1) CD or DVD with searchable Adobe PDF files of one SF330 (08/2016 edition) for the prime firm which includes all team consultants. Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections Band C. The SF330 shall have a total page limitation of 80 printed pages with Section H limited to fifteen (15) pages, and Part II is excluded from the 80 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 if printed on one side, and four (4) pages if printed on both sides. For all SF330 sections, use no smaller than 11 pt. font. Submittals must be mailed or delivered to the following address not later than 12 June 2017, 1:00 pm Pacific Time (no faxed or other electronic submittals will be accepted): EMAIL: Emailed Proposal will NOT be accepted. FAX: Faxed Proposal will NOT be accepted. FED-EX/UPS: John Scola, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District CECT-NWS 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385 Note: Commercial Carriers will not deliver to PO Boxes MAIL: John Scola, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District CECT-NWS PO Box 3755 Seattle, WA 98124-3755 HAND DELIVERY: John Scola, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District CECT-NWS 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385 The method of Hand Delivery has changed and takes longer than the previous method of arriving at the Federal Center South building (#1201) lobby to deliver your SF330. Please allow sufficient time to allow for heightened security at Government installations and to get to our new location in Oxbow Building #1202. Allow time to park, pass through a metal detector, sign in, and receive a building pass at the Federal Center South Building (#1201). From there, you will be directed to the new USACE Oxbow Building (#1202) which sits behind the Federal Center South Building (#1201). Allow additional time. Report to the Security Desk in the lobby of the USACE Oxbow Building and call Sonia Frees, Procurement Technician, at 206-764-3516. A Contracting representative will come down and accept your SF330. Submit questions, in writing only, to John P. Scola (Contract Specialist) at John.P.Scola@usace.army.mil or Travis Shaw (Technical Advisor) at Travis.C.Shaw@usace.army.mil. Questions must be submitted no later than COB on 6 June 2017 and must contain the solicitation number in the subject line of the e-mail. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-17-R-0022/listing.html)
 
Place of Performance
Address: Seattle District USACE - WA, OR, ID and MT, United States
 
Record
SN04516996-W 20170524/170522234600-a5991f3a1c2580b2c23a3a995859d87a (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.