Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

C -- Multi-Discipline Architect-Engineer Services for Construct Weapons Storage Facility

Notice Date
7/21/2017
 
Notice Type
Presolicitation
 
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
W912DW17R0041
 
Archive Date
9/5/2017
 
Point of Contact
JOHN SCOLA,
 
E-Mail Address
JOHN.P.SCOLA@USACE.ARMY.MIL
(JOHN.P.SCOLA@USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
Multi-Discipline Architect-Engineer Services for Construct Weapons Storage Facility at Malmstrom AFB, MT 1. CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582 (the Brooks A-E Act) as implemented in FAR Subpart 36.6. Under the Brooks Act, there is no price competition, and selection of the most highly qualified firms will be based on demonstrated competence and professional qualifications. Once selected, the most highly qualified firm will have the opportunity to negotiate with the Government for a fair and reasonable price. The A-E services include preparation of a full design for contracting as a design-bid-build (D/B/B) project, including pre-construction investigations and services, and continuing through award of the D/B/B contract. Follow-on A-E services during the construction phase are also included in the A-E scope of work. The Government intends to negotiate and award one (1) unrestricted A-E contract, with full and open competition, for execution of the project on a Firm, Fixed-Price basis. The period of performance is estimated to be two years for design (base is 35% design, Option 1 prepare Nuclear Surety Assessment Report, Option 2 65% design, Option 3 95% design, Option 4 100% design). Exercise of options is at the Government's discretion and subject to the availability of funds. The estimated value of the acquisition is greater than $5.0 million and less than $10.0 million. The North American Industrial Classification System (NAICS) code for this procurement is 541330, Engineering Services. This announcement is open to all business concerns, regardless of size. For the purposes of this procurement, a concern is considered a small business if its annual gross receipts are $15 million or less. 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, as determined relative to where the services will be performed. To be eligible for contract award, a firm must have a DUNS number from Dun and 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 Weapons Storage Facility (WSF) is a FY2019 Military Construction, Air Force (MCAF) project, assigned to USACE on 26 January 2017. The WSF project requires constructing a new proto-type weapon storage and maintenance facility (8,065 SM or 87,102 SF) utilizing conventional design and construction methods to accommodate the Malmstrom Air Force Base (AFB) mission. The new Weapon Storage Facility design is a heavily-fortified large-mass structure consisting of reinforced concrete exterior/interior walls, roof with earthen cover to perform Intercontinental Ballistic Missile (ICBM) weapon storage and maintenance operations. The facility will provide safety and security measures that will enhance overall operational capability for the nuclear mission. The facility will be compatible with applicable Unified Facilities Criteria (UFC), Department of Defense (DoD) and Air Force (AF) design standards. Project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. All design and construction will meet requirements for essential facility system nuclear design certification. The WSF at F.E. Warren AFB is intended to be adapted for future weapon storage and maintenance facilities-like missions and is the primary basis for the site-adapted design of this Malmstrom AFB WSF project. A-E design services are required to support USACE by preparing the planning, design, and solicitation documents for contracting of the Malmstrom AFB WSF as a design-bid-build (D/B/B) construction project, including A-E pre-construction investigations and services; development of design drawings, specifications and design analysis to a 100% level of completion; and continuing through award of the D/B/B construction contract. A-E services during the D/B/B design phases are included in the scope of work. 3. SELECTION CRITERIA: Selection of the most highly qualified A-E firm 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. The secondary criteria will only be used as a tie-breaker among technically equal, most highly qualified firms. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The secondary selection criterion are listed in order of descending importance (the highest level criterion will be evaluated first, and others considered only if required). PRIMARY CRITERION (A): SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the Prime/Joint Venture (JV) firm demonstrated during the past ten (10) years. Firms will be evaluated based on demonstrated experience in the following areas, listed in descending order of importance. (1) Prime/JV experience in team integration and management of specialty A-E sub-consultants to deliver unique military projects of similar size, scope, and complexity to a weapons storage and maintenance facility. (2) Experience with DoD specific 100% Design Services for New Construction and successful experience preparing plans and specifications, which were site adaptions, including incorporation of lessons learned into the new design. (3) Experience with DoD nuclear facility-related specialties such as Nuclear Safety Analysis Reports (NSAR), Fire Hazard Analysis (FHA), and familiarity with Engineering Technical Letter (ETL) 11-7 Nuclear Weapons-Capable Maintenance and Storage Facilities. Projects in which the Prime/JV and its team subconsultants demonstrated prior project experience working together in significant prime/subconsultant roles may be evaluated more favorably for this criterion. A maximum of five (5) projects awarded to and/or completed no more than 10 years prior to submission, including joint ventures and teaming partners, shall be shown in Section F. Projects that are completed no more than 5 years prior to the specified submission date will be given additional consideration. For the five (5) 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 Prime/JV and 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 5 example projects, only the first 5 examples will be evaluated. The basis of the evaluation for Criterion A will be the information contained in the SF330. 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, security clearance, 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. • 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 (12), with the following exceptions: o (8) Sustainable Design - LEED certifications are required; o (10) Security Specialist - required years of experience as listed below; o (11) Cost Engineers - nationally-recognized cost engineering certifications are acceptable in lieu of professional registration. o (12) Building Information Modeling Manager - minimum of 5 years of experience with Building Information Modeling - List current security clearance status; secret security clearance required for all key personnel. • Key professional disciplines required, listed in descending order of importance: (1) Project Managers (fc 48, professional engineer in any discipline or registered architect license, minimum ten (10) years of experience managing projects of similar size, scope, and complexity); (2) Quality Control Managers (no fc; self-identify QC role(s) and qualifications, professional engineer in any discipline or registered architect license); (3) Architects (fc 06); (4) Civil Engineers (fc 12) and Structural Engineers (fc 57); (5) Fire Protection Engineers (fc 25; minimum of 10 years of experience in the design of facilities in accordance with UFC 3-600-01 Fire Protection Engineering for Facilities); (6) Mechanical Engineers (fc 42); (7) Electrical Engineers (fc 21); (8) Sustainable Design (no fc; licensed Architect, Mechanical Engineer (minimum of 1 for each profession, 1 experienced as LEED Project Administrator), LEED certification required, self-identify sustainable design roles); (9) Blast Mitigation Engineer (no fc; licensed Structural Engineer, with a minimum of 10 years of experience in the design of multi-story buildings capable of withstanding damage due to explosive forces within and around the building's vicinity) (10) Security Specialist (fc 54; licensed engineer, minimum 10 years of experience specific to classified facilities); (11) Cost Engineers (fc 18); (12) Building Information Modeling Manager (no fc; minimum of 5 years of experience with Building Information Modeling). • Key personnel will be evaluated according to the following: (1) Years of Experience - The number of years of experience held by key personnel (minimum four (4) years of experience except for specific disciplines requiring higher minimums). (2) Number of Projects - The number of projects that the key personnel worked on of similar size, scope, and complexity to this contract (minimum one (1) project for each discipline). (3) License/Certification - Current, valid professional license or certification in related field (only considered if a license or certification is applicable for the position). (4) Current security clearance status; secret security clearance required for all key disciplines. • Identification of key personnel must be coordinated with Part II, subpart 9, "Employees by Discipline". The basis of the evaluation for Criterion B will be the information contained in 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 Prime/JV firms submitting an SF330. Each project in Section F of the SF330 shall include project owner's contact information. If deemed appropriate by the Selection Board (Board), performance evaluations for significant team subcontractors will 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 CPARS. 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, contractor's performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. Past performance ratings for unique military projects of similar size, scope, and complexity to the Weapons Storage and Maintenance Facility 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 recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the offeror 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 offeror is required to provide a table summary of the number of personnel for each key discipline, with separate columns for (1) Prime/JV, (2) Team subconsultants, and (3) total team capacity for each key discipline, in Section H 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. Each key discipline required in the response, by fc or non-fc description by the government, shall be shown in, and total numbers coordinated with, Part II, subpart 9, "Employees by Discipline". PRIMARY CRITERION (E): KNOWLEDGE OF THE LOCALITY of the Team. The board will evaluate a Prime/JV's familiarity with local conditions, specifically demonstrating (1) knowledge and experience dealing with geological features and (2) the state/local regulatory agencies with jurisdiction over Malmstrom AFB. SECONDARY CRITERION (F): EXTENT OF SMALL BUSINESS PARTICIPATION, measured as a percentage of the total estimated effort (i.e., include a table with three columns: (1) Firm Name, (2) Small Business Category, and (3) Percentage of Participation). Small Business Participation includes the following: 8(a) Business HUBZone Small Business Service-Disabled Veteran-Owned Small Business Small Disadvantaged Business Veteran-Owned Small Business Women-Owned Small Business Other Small Business SECONDARY CRITERION (G): GEOGRAPHICAL PROXIMITY of office to Malmstrom AFB as measured in miles of driving distance. SECONDARY CRITERION (H): VOLUME OF DoD A-E CONTRACT AWARDS Responding Prime/JV firms shall cite all contract numbers, task orders and modifications, award dates, and total negotiated fees for any DoD A-E contract(s) awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) original plus five (5) copies and one (1) CD or DVD with searchable Adobe PDF files of one SF330 (08/2016 edition, unless otherwise indicated) for the Prime/JV firm that includes all team consultants. Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections B and 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 text no smaller than 11 point font (10 point font allowed for tables or figures). Submittals must be delivered to the following address not later than 21 August 2017 2:00 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 (CENWS-CTA) 4735 East Marginal Way South, Bldg #1202 Seattle, WA 98134-2385 MAIL: John Scola, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTA) PO Box 3755 Seattle, WA 98124-3755 Note: Commercial Carriers will not deliver to PO Boxes. HAND DELIVERY: John Scola, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTA) 4735 East Marginal Way South, Bldg #1202 Seattle, WA 98134-2385 The method of Hand Delivery has changed and takes longer than the previous method. Please allow sufficient time 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). 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 all questions, in writing only, to John Scola (Contract Specialist) at john.p.scola@usace.army.mil. Questions must be submitted no later than 14 August 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/W912DW17R0041/listing.html)
 
Place of Performance
Address: Malmstrom AFB, 6220 Goddard Drive, Great Falls, Montana, 59405, United States
Zip Code: 59405
 
Record
SN04590373-W 20170723/170721235337-8d3a185c42ef16d5980829fa83cc177d (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.