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 -- Architect/Engineer Services (Mechanical/Electrical) - Attach #3 - Attach #1 - Attach #2

Notice Date
5/25/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-17-R-0005
 
Archive Date
10/31/2017
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@us.af.mil
(richard.childres@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 330 Statement of Work Eval Parameters This is a Notice of Intent for an Architect/Engineer (A/E) firm for design of mechanical and electrical projects and supporting services at or designated by the Air Force Research Laboratory (AFRL), Rome Research Site (RRS) Rome NY, including subordinate field and other supporting sites. AFRL RRS is an information directorate site, denoting the site conducts research and development in the information, cyber, computing, and electrical fields. The Information Directorate is the Air Force's and nation's premier research organization for Command, Control, Communications, Computers, and Intelligence (C4I) and Cyber technologies. The directorate explores, prototypes, and demonstrates high-impact, affordable, and game-changing technologies. To support the science, engineering, and research mission, AE firms will be required to produce designs for, including but not limited to, server rooms with greater than typical cooling capabilities, anechoic chambers, sensitive compartmented information facilities, and similar types of computer and information research facilities. The buildings AFRL RRS occupies are legacy, remaining from the former Griffiss AFB, built over the course of decades. Consequently, electrical, mechanical, structural, and infrastructure may be aged. Firms will be expected to introduce and meld modern with antiquated. Services may include, but are not limited to engineering studies; preparation of plans, specifications, cost estimates, and parametric cost estimates; as-built drawings; and post construction services. Projects may involve new construction, remodeling, alteration, repair, and maintenance type projects. Title II Construction Services may also be required to cover a full range of construction inspection and project surveillance services. Various types of A/E Services such as investigation, inspection, studies, reports, and cost estimates may also be required as relates to project design. Projects could include various combinations of disciplines. However, it is the intent of this solicitation to choose one firm as prime contractor to focus on related projects requiring staff and personnel schooled in, and New York State certified and/or licensed in, Mechanical/Electrical disciplines. See the attached Statement of Work (SOW) for a description of services that may be ordered under this contract. The Government intends to issue a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a five year ordering period. The selected firm must negotiate hourly rates for anticipated disciplines, reproduction, overhead, profit, and other elements. Projects will be issued to the contractor by task orders. The minimum amount to be issued under the contract will be the value of the first task order. The maximum ordering amount is $2,000,000 over the five year ordering period. This solicitation is being issued on a Total Small Business set-aside basis. For information, the NAICS code relevant to this procurement is 541330 with a small business size standard of $15,000,000 average annual revenue. In accordance with FAR 52.219-14, by submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor's concern. TEAMING AGREEMENTS. The prime contractor shall provide a statement in the cover letter confirming executed teaming agreements are in place for all team members included in the prime's proposal. The statement shall also list all team members. EVALUATION AND SELECTION CRITERIA Potential sources must provide a complete, written SF330, Parts I and II. A SF330 is attached to this solicitation and also can be accessed online in the Forms Library at http://www.gsa.gov. Offerors must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (1) PAST PERFORMANCE. Evaluators will award up to 35 points based on the past performance of the firm with respect to their execution of DoD and other contracts, both Government and private. Evaluation parameters will be set to allow points award based on level of past performance relevant to the requirements of the Notice of Intent. Parameters will range from extensive, for maximum points award, to little/no experience for the least number of points award. (See ATTACHMENT 3 for details.) Reports of completed DoD contracts listed in the Federal Awardee Performance and Integrity Information System (FAPIIS) at https://www.fapiis.gov/fapiis/govt/fapiispubaccessmain.jsp will be reviewed for performance on Government contracts. FAPIIS provides users access to integrity and performance information from the FAPIIS reporting module in the Contractor Performance Assessment Reporting System (CPARS) and suspension/debarment information from the Entity Management section of SAM database. FAPIIS will only display integrity, performance, and proceeding information entered on or after April 15 2011. Anything earlier will be verified on the CPARS page at http://www.cpars.gov/. At SF 330, Block H. cite examples of performance and customer satisfaction such as recognition for technical achievements, cost savings, or commendations received by your team for projects similar to the scope of work. Responses will be evaluated to determine: a. Ability to maintain cost, schedule and quality; b. Customer satisfaction c. Relevant projects performed by members of the proposed team and more recent experience will be considered more favorably. Recent is defined as within five (5) years from the date of this announcement. (2) PROFESSIONAL QUALIFICATIONS. Evaluators will award up to 30 points based on their judgment of the depth and experience of the prime contractor and other firms submitted as part of the team. (See ATTACHMENT 3 for details.) SF 330, Part I, Block E, should show brief resumes of key personnel of the team. The combination of criteria below will be used to determine the ability of the staff to be effective, innovative, and contribute to the successful completion of project task orders. Responses will be evaluated to determine personnel: a. Education b. Training c. Project Experience d. Professional Registration of Key Personnel (3) CAPACITY FOR TIMELY ACCOMPLISHMENT OF WORK. Evaluators will award up to 25 points in judgement of the capacity of the prime contractor and other firms submitted as part of the team to accomplish the requirements of the Notice of Intent. (See ATTACHMENT 3 for details.) Within the SF 330, Part I, Block H, each firm shall demonstrate how they will manage, coordinate and administer the work amongst the team. SF 330 Blocks C and F may also be evaluated to support this criterion. SF 330, Part II shall be provided for the specific prime office expected to lead this effort, any the offices of other firms submitted as part of the team. In Block 9c (1), enter the total number of employees for the firm and in Block 9c(2) enter the total number of employees for this office. Responses will be evaluated to determine the following requirements: a. Capacity to perform work in-house; b. Ability to support concurrent projects; c. Ability to manage, coordinate, and administer work amongst the team. (4) LOCATION. All firms responding to the Notice of Intent will be considered. However, evaluators will award up to 25 points based on the firm's ability to respond to the site for urgent or time-sensitive matters, as well as its understanding of AFRL mission facilities, and the firm's knowledge of the locality (Rome, NY) local environmental laws and regulations. (See ATTACHMENT 3 for details.) (5) SPECIALIZED EXPERIENCE. Evaluators will award up to 15 points based on judgment of firms experience relevant to the requirements of the Notice of Intent, with emphasis on projects that required Department of Defense (DoD) and/or United States Air Force (USAF) design criteria. SF 330, Part I, Block F, more recent experience will be considered more favorably. Recent is defined as within five (5) years from the date of this announcement. (See ATTACHMENT 3 for details.) SF 330, Block H should clearly identify, the firm's demonstrated success in conserving energy and natural resources, and achieving waste reduction, and energy efficiency in facility design as part of relevant experience. (6) VOLUME OF DOD WORK. Evaluations will consider the volume of work previously awarded to the firm by the DoD and will award up to 10 points with the objective of effecting an equitable distribution of DoD contracts among qualified A-E firms, i.e., firms with a greater number of contracts or volume of work should be awarded less points and vice versa. SF 330, Block H should clearly identify, in table format similar to SF 330, Part II, Block 11, the volume of DoD work. SF 330, Block 11a, where Federal Work is written, firms should enter DoD volume only. (See ATTACHMENT 3 for details.) (7) INTERVIEW/DISCUSSION. The Final Selection Board will award up to 50 additional points to the three highest scoring firms, as determined by the Pre-Selection Board. These 50 points will be awarded on, but not limited to, the following criteria: clear understanding of Statement of Scope; examples of outstanding past performance; customer responsiveness; examples of projects completed ahead of schedule; cost control; use of creativeness and imagination in design development; and response to questions from Final Selection Board members. BASIS OF AWARD: Submissions of completed Standard Form 330 (SF 330) received in response to the Notice of Intent will be evaluated by a Government board in accordance with the Selection of Architects and Engineers Statute and Federal Acquisition Regulation (FAR) Part 36.6 to determine the most highly qualified firms. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Selection of the A/E firms for these contracts will be based on the following evaluation factors listed below The Pre-Selection Board will use the factors from Criteria 1 through 6 to score responses received based on the evaluation parameters (ATTACHMENT 3). The highest available score from the Pre-Selection Board is 140. Upon completion of the ratings, the chairman will total the scores for each firm, an average (decimals will be rounded to the nearest point unless.5) will be calculated to align with the highest available score (140). The firms will then be ranked in order by score and three highest scoring firms will be invited to the final selection board. The Final Selection Board will use the factors from Criteria 1 through 6 listed below to score the SF 330 submission from the three firms recommended by the Pre-Selection Board. Each evaluator will read the respective packages and rate the firms based on the evaluation parameters (ATTACHMENT 3). The Final Selection Board will then further evaluate each firm based on interview/discussion Criteria 7 listed below (worth 50 points). Average scores (decimals will be rounded to the nearest point unless.5) will be calculated. The highest available score from the Final Selection Board is 190. The average final selection board scores will be added to the average pre-selection board scores to arrive at a total point value to determine the order of recommending the preferred candidates to the Selection Authority. The overall highest available score for selection is 330. Submit all questions in writing to Richard Childres at richard.childres@us.af.mil. Firms that meet the requirements described in this announcement are invited to submit their completed SF330 to the attention of Richard Childres, AFRL/RIKO, 26 Electronic Parkway, Rome NY, 13441-4514, richard.childres@us.af.mil. Firms must submit two (2) copies in paper, hardcopy form of response. E-mail responses will be accepted separate from but not as substitute for paper, hardcopy form. The SF 330 must be received by 3:00 PM EST 26 JUN 2017 to be considered for selection.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-17-R-0005/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN04522888-W 20170527/170526001251-6206f6db56e905eaf48e37657279cb35 (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.