Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

C -- Engineering Services for Secure Space Design

Notice Date
5/25/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-17-R-0055
 
Archive Date
7/11/2017
 
Point of Contact
Sydney A. Elliott, Phone: 4029952088
 
E-Mail Address
sydney.a.elliott@usace.army.mil
(sydney.a.elliott@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in Federal Acquisition Regulations (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will include, but not be limited to, the following: Site Survey & Assessment, Studies & Reports, Basis of Design, Design Calculations, Drawings & Sketches, Specifications, Cost Estimates, Constructability Review, and Responses to Requests for Information (RFI). Project locations could potentially be both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). Target two (2) indefinite delivery indefinite quantity (IDIQ) contracts will be negotiated and awarded, with a five year ordering period and $9,900,000 in shared capacity. Minimum contract guarantee amount is $5,000.00. The contracts are anticipated to be awarded by September 2017. Work will be issued by negotiated firm fixed-price task orders. The contractor will furnish all services, materials, supplies, and supervision required to fully complete each task order. The ordering procedures for design services will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, professional qualifications necessary for satisfactory performance of required services, uniquely specialized experience and technical competence in the type of work required, and equitable distribution of work among the contractors. Project locations are worldwide. North American Industrial Classification System code is 541330, Engineering Services, which has a size standard of $15,000,000 in annual average gross receipts over the past three years. The wages and benefits of service employees (see FAR Subpart 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 the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Registration is free and can be accessed at: http://www.sam.gov. Ensure representations and certifications in SAM are current. PROJECT INFORMATION: Projects will consist primarily of design services for renovation of the secure facilities located in United States embassies other DoD facilities throughout the world and within the United States. These facilities are tenant CORE space. Additional services may be provided for the support of the Department of Defense (DoD) Mission to include, but not be limited to Special Forces, Security Forces, Tactical Forces and the Support Forces required to complete mission requirements. These services may entail permanent and temporary requirements including, but not limited to, design of internal and perimeter security such as fencing, entry control points; command facilities either on a permanent or temporary basis and all associated support infrastructure; support facilities and infrastructure; communication support to include CORE space and data centers. The A-E firm may be requested to provide A-E support to the Project Delivery Team during the solicitation and/or construction phases. Antiterrorism and Force Protection (AT/FP) - Integration of current Antiterrorism and Force Protection (AT/FP) measures will be required on all military design projects. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a - d are primary; Criteria e - g are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized Experience and Technical Competence. Provide examples of not more than 10 completed projects that best demonstrate the specialized experience and technical competence of the firm and significant subcontractors working together with the firm to execute the types of projects and activities as indicated in the Project Information section listed above and in the bulleted items below. The firm must demonstrate how the previous experience information is relevant to the proposed contract. Only relatable experience that has occurred in the last five years from the date of this announcement should be included and projects that were completed within the last five years will be evaluated more favorably than those that have not. All projects cited must identify start/complete dates, size (cost and scope), and the work performed by the prime and subcontractors. Projects where the prime performed the majority of the work with in-house forces will be evaluated more favorably than projects performed predominantly by subcontractors. If more than 10 projects are submitted, only the first 10 projects listed in the proposal will be evaluated. IDIQ contracts, where numerous task orders are listed together, are not acceptable as projects. Rather each task order would be considered a project. Example projects are limited to no more than 2 pages per project. (SF 330, Part I, Section F) Identify not more than 10 projects within the last five years where your firm has performed the following: i. Experience developing permit design documents to renovate U.S. Embassy Tenant Agency offices from CAA-restricted to CAA-CORE space in accordance with Overseas Policy Board (OPB) standards and ICD 705. Note: New Embassy Construction or new construction experience is not considered equal project experience for Overseas Building Operations (OBO) permit review process. ii. Experience as the design agent obtaining Department of State OBO permit for a Tenant Renovation at a U.S. Embassy. iii. Experience with multi-discipline task order type contracts that require the ability to respond quickly to task orders, request for offers, and completion of projects on an accelerated schedule. iv. Experience designing renovation projects on DoD facilities overseas and within the United States dealing with Core space and physical security according to government specifications and ICD 705 standards. v. Document recent experience in developing design documents for permanent or temporary facilities for the following type of projects: - Experience designing internal and perimeter security, such as fencing, entry control points, etc. - Design of command facilities either on a permanent or temporary basis and all associated support infrastructure. - Experience designing support facilities and infrastructure. - Experience designing communication support to include CORE space and data centers. vi. Verify ability to receive, store, and process classified secret material via a DoD-accredited security facility clearance. The prime contractor's facility and any subcontractor's facility that will be receiving, storing, and processing hard copy and electronic classified material shall have secret facility clearance validated by active Commercial or Government Entity (CAGE) Code to store and process (electronic) secret material. Provide CAGE Code for verification for both storage and electronic processing of Secret documents. b. Professional Personnel Qualifications. Firms shall demonstrate professional personnel qualifications and specialized experience for key management and technical personnel in providing services similar to those identified above for this contract. Evaluation of professional qualifications will consider education, training, professional registrations, relevant design experience, recency of design experience, and longevity with the firm. Experience in the discipline in which he/she will be working will be identified. Any past design and/or planning experience on USACE military projects should be identified. (SF 330, Part I, Sections E & G) i. For the following key disciplines, identify and provide resumes/qualifications specific to renovation of U.S. Embassies with CAA-restricted to CAA-CORE space upgrades for Tenant space. - Program Manager - Project Manager - Architect - Electrical - Mechanical - Structural - Estimator - Communications - Fire Protection ii. Demonstrate the ability to work on classified projects or installations. Members of the firm's proposed design team should currently have a minimum of a Top Secret security clearance. Identify type and number of disciplines your firm has with Top Secret personnel security clearance issued by the Office of Personnel Management (OPM), the Defense Industrial Security Clearance Office (DISCO), or other U.S. Government agency meeting Security Classification Specification DD Form 254 for the following personnel: - Program Manager - Project Manager - Architect - Electrical - Mechanical - Structural - Estimator - Communications - Fire Protection c. Capacity: Capacity is the ability to complete task orders within a reasonably aggressive schedule. Firms shall demonstrate the capacity to accomplish at least three task orders annually with an aggregate value of $850,000. This is in addition to the existing workload being performed by the firm. The evaluation will consider the availability of an adequate number of personnel in key disciplines to complete the task orders and offeror's project execution strategy. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H, Item 1) A proposed Management Plan shall be presented that articulates how efforts under this contract will be executed and will include an organization chart and addresses team organization related to this contract, any anticipated subcontractors or entities to supplement the project team, quality management (QA/QC) procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their identified subcontract consultants. The SF 330 shall clearly indicate the offices where the work will be performed and the staffing to be utilized for this contract at these offices (SF 330, Part I, Section H, Item 2) As indicated above, a quality management (QA/QC) process will be included. The plan will identify the quality processes and procedures that will be implemented by the A-E to insure high quality products and services and that designs are biddable, constructible, and operable and meet environmental laws and regulations. (SF 330, Part I, Section H, Item 3) d. Past performance: Past performance on DoD and other contracts performing work similar in size and scope as described in the PROJECT INFORMATION section listed above, with respect to the quality of work, compliance with performance schedules, and overall performance rating as determined by CPARS and other sources. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email.) Secondary Criteria: e. Volume of DoD Contract Awards: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses. (SF330, Part I, Section H, Item 4) f. Location of the firm: The location of the firm and their secure storage facility (CAGE Code Submitted) in the general geographical area of the City of Washington D.C. g. SB/SDB Participation: All Offerors will be evaluated on the extent of participation of small businesses community (SBC) members in the performance of the acquisition. Offerors shall propose their best efforts when projecting the level of participation of Small Businesses (as a Small Business prime and/or Small Business subcontractors) for the anticipated performance of this contract. Large Business primes may achieve the Small Business participation through subcontracting to Small Business. Subcontracting Plans will be required from the Large Business primes during the negotiations of the IDIQ. Small Business primes may achieve Small Business participation through their own performance/participation as a prime and through subcontracting to other Small Businesses. (SF 330, Part I, Section H, Item 5) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit six copies, each containing Parts I and II of the SF 330 information. Submittal packages must also include two (2) CDs containing a complete copy of the submittal (an SF 330 part 1 + SF 330 part II for the prime firm and all consultants/subcontractors), as a single.PDF file. Each hard copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF 330 Instructions). The SF 330 shall have a page limit of 75 pages. Any pages past the 75th page will not be considered during the evaluation. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. A page is one side of a sheet, 8-1/2 by 11. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as 2 pages, though the organization chart can count as one page if on an 11 inch by 17 inch page. All fonts shall be at least 10 pitch or larger. A Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Cover letters, company literature, content beyond 75 pages, and other extraneous materials are not desired and will not be considered during the evaluation. Sections E and G of SF 330 Part I must include only individuals anticipated to perform the work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of ten (10) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. Use no more than 2 pages per project and no more than 1 page per resume. When listing projects in SF 330 Part 1, a standalone contract, a purchase order, and a task order executed under an IDIQ contract are all considered a project; an overall IDIQ with multiple task orders is not considered a project. Include the firm's DUNS number with the firm's name on the SF 330, Part I, Block B, 5, for EACH TEAM MEMBER. If you do not have a DUNS number, contact Dunn and Bradstreet at 1-866-705-5711. In addition, on the SF 330, Part I, Block C, provide the DUNS number for each consultant, if available. NOTE: Previous ACASS numbers that may have been assigned to your firm are obsolete, and therefore not required. SF 330, Part I, Section H (Additional Information) shall contain the following information: (1) Item 1 - Capacity to complete the work. Reference Paragraph c above. Provide a 1-2 page narrative discussing the capacity of the firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight schedules. (2) Item 2 - Management Plan: Include the information requested in Paragraph c above. (3) Item 3 - Quality Management (QA/QC) Process: Include the information requested in Paragraph c above. (4) Item 4 - Volume of DOD A-E contracts within the last 12 months. Reference Paragraph g above. Provide a complete listing of all DOD A-E projects awarded and options exercised within the last 12 months. For IDIQs, include value of task orders actually issued by agencies in the last 12 months, not he potential values of the IDIQs. For all types of contracts, do not include for consideration options that have not been exercised. (5) Item 5 - Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort. Submittal should also include a) - f) below: a) Identify if you (Prime offeror) are a Small Business or Other-than-Small Business. b) If a Small Business, also identify which Small Business Community (SBC) categories, if any, you belong to (i.e. SDB, WOSB, HUBZone, VOSB, SDVOSB, HBCU/MIs). c) Provide overall percentage (%) of total acquisition value planned to be subcontracted to SBC members. d) Provide TOTAL planned subcontracted dollar amount ($), and its corresponding percentage (%) as a percent of total acquisition value, to ALL business types (both to SBC members and other-than-small businesses combined). e) Provide percentages (%) and corresponding dollar amounts ($) of that total dollar amount per item d) above that is planned to go separately to SBC members and other-than-small businesses. f) Provide percentage (%) of planned subcontracted dollars to each SBC category. Note that this is NOT the detailed subcontracting plan that would be required from a selected large business concern. Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. Facsimile and email submissions will not be accepted. Contractors must be registered in the System for Award Management (SAM) to be considered for award of a Federal contract. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 19 June 2017 at 2:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. Registration for ProjNet Bidder Inquiry Access (If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below.) 1. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed below. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Entering Bidder Inquiries in ProjNet Bidder Inquiry System 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed below. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. 8. Follow online screen instructions to enter specific bidder inquiries for the project. The Solicitation Number is: W9128F-17-R-0055 The Bidder Inquiry Key is: M8DZ6I-FF72CD Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in the Portal. Caution: Any inquiry submitted and answered within this system will be accessible to view by all interested firms on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. Mailing address for submission: US Army Corps of Engineers, 1616 Capitol Avenue, Omaha, NE, 68102, ATTN: Sydney Elliott, Solicitation Number W9128F-17-R-0055. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement. The SF 330, 08/2016 edition, must be used, and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-R-0055/listing.html)
 
Record
SN04522145-W 20170527/170526000218-cc5d4b991769782ba35fce96b46f98e2 (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.