Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
SOLICITATION NOTICE

C -- 8(a) IDIQs for A/E CONSTRUCTION MANAGEMENT SERVICES,

Notice Date
8/30/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-R-CMS1
 
Archive Date
10/18/2017
 
Point of Contact
Mark Cap, Phone: 443-853-2061, Kathryn E Brown-Tarbalouit, Phone: 410-962-2585
 
E-Mail Address
mark.cap@usace.army.mil, Kathryn.E.Brown-Tarbalouti@usace.army.mil
(mark.cap@usace.army.mil, Kathryn.E.Brown-Tarbalouti@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
1. CONTRACT INFORMATION: In accordance with the Brooks Act, FAR Subpart 36.6, DFARS Subpart 236.6, AFARS Subpart 5136.6 and U.S. Army Corps of Engineers (USACE) Acquisition Instruction (UAI) Subpart 36.6. USACE Baltimore District (NAB) contemplates the award of five (5) Firm Fixed Price Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts, which includes up to five (5) 8(a) Small Business set aside awards for Architect-Engineer (A/E) Construction Management Services (CMS) with individual capacities of $9.9M totaling $49.5M and each with an ordering period of five (5) years (no option years). The primary locations for work performed under these contracts will be Ft. Meade - East Campus Area Office (ECAO) and Bay Area (BAO) Offices, Aberdeen Proving Grounds (APG), Ft. Detrick, Harrisburg Area Office (HAO), Ft. Belvoir and other Corps of Engineers locations within the Baltimore District. Work may also be extended to other locations within the North Atlantic Division (NAD) boundaries which includes the following states: Connecticut, Delaware, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia and West Virginia. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The awards will be made under North American Industrial Classification System (NAICS) code 541330, Engineering Services (procured under Brooks A-E Act), which has a current size standard of $15,000,000 in average annual receipts. Task orders awarded under the IDIQs will comply with FAR 16.505 ordering procedures. To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Funding will be provided on a Task Order basis with a $3,500 minimum guarantee for each contract awarded. Inherently governmental functions will not be performed by Contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1. 2. PROJECT INFORMATION: Construction Management Services (CMS) are required to support the Baltimore District's Construction Program. The Construction Management Service Contractor (CMSC) shall furnish Construction phase engineering services for the Baltimore District's Construction Division, and complete tasks as required by individual task orders. These construction phase services include but are not limited to quality assurance, specialized technical support, cost estimating, delay impact analyses, change and claims analyses, project engineer, and project management services. The CMSC, as an independent contractor and not as an agent of the Government, shall furnish necessary personnel to provide Construction Management Services for the Construction Division, Baltimore District Corps of Engineers, or other North Atlantic Division mission areas and complete tasks as required by individual task orders. The CMSC shall provide "architect-engineer services" as defined in FAR 36.601-4 and as further described in particular task orders to perform the tasks described in the SOW with the provision that specific work requirements may be increased, decreased, or revised at the discretion of the Contracting Officer (CO/KO). Labor rates for each discipline identified shall be negotiated in the basic contract for each year after award and includes all escalation factors and overhead rates. The work will include construction phase and other support services including, but not limited to quality assurance, inspection of construction work, specialized technical assistance, cost estimating, delay impact analyses, shop drawing reviews, site visits, onsite observation, commissioning/start-up/fit-up design support, change management, submittal reviews, and project management services. Primary projects may include but are not limited to new construction, alterations, renovations, maintenance and repair, tenant fit-up and operations, administration and training facilities, vehicle and pedestrian access control points, paving, utilities and infrastructure, warehouses, community support facilities; data information management and electronic communications facilities; military testing facilities; troop housing, hospitals, and medical facilities; recreational and physical fitness facilities, child development facilities, and medical and non-medical laboratories and research facilities for military, civil, and other, non-military government agencies. The IDIQ(s) will be used to support predominantly military projects during design and construction. Offerors are encouraged to reflect the types of work described above in their proposal submittal. Task Orders will be evaluated based on level of effort for the scope of services developed for individual tasks. Individual Task Orders will be issued during the ordering period of the IDIQs and performance may extend beyond the five year IDIQ ordering period. 3. SELECTION CRITERIA: The selection criteria for this particular project area listed below in descending order of importance (first by major criteria and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (f) through (g) are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for construction phase services for the subject projects. North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The offeror must demonstrate its qualifications with respect to the published evaluation criteria for all services. The A/E must demonstrate its and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. Selection of the most highly qualified firms for negotiations shall be made through order of preference, in which Criteria (a), (b), (c), (d), and (e) is considered of higher importance (in that order), followed by Criteria f and g based on the primary selection criteria prescribed by FAR 36.602-1: (a) Specialized experience and technical competence, (b) Professional Qualifications, (c) Past Performance, (d) Capacity to Accomplish Work and (e) Knowledge of the locality. a. Specialized Experience and Technical Competence: The Construction Management Service Contractor shall provide projects demonstrating their experience in the types of projects and products described in Section 2-"Project Information" and show specialized experience of the proposed team in provision of the services noted above. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and perform under this contract. Projects not meeting this requirement will be excluded from evaluation. The Offeror shall submit information on no more than five (5) projects. All projects must have a construction completion date no earlier than six (6) years preceding the date of issuance of the solicitation. Projects that have a Beneficial Occupancy Date (BOD) within the same date range will also be considered. If the Offeror is a joint venture, relevant project experience should be submitted for the joint venture if shared experience is available. If no shared experience is available, offers may submit projects performed by either joint venture partner. For submittal purposes, a task order on an IDIQ contract is considered a project and is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. b. Professional Qualifications: Offerors will be evaluated on professional qualifications and competence of the proposed key personnel to provide services to accomplish the work required under this contract. The firm must have registered and licensed personnel (when required), either in-house or through consultants, to include but not limited to the following list of key disciplines: architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, geotechnical engineer and /or fire protection engineer. Offerors must provide identification and qualifications of dedicated management staff and key personnel on the solicited contract, to include resumes showing relevant experience. Offeror shall include an organization chart that identifies the key individuals, subcontractor firms, affiliates, and task order personnel that will execute the solicited contract, showing lines of communication of the contract team for small business, key subcontractors, affiliates, and dedicated management staff. Note: If the subcontractor firms or task order personnel have not been selected at the time of proposal submission, the Offeror must identify the intended subcontractor trades/personnel disciplines. c. Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources such as past performance questionnaires. The total of past performance questionnaires submitted must be in compliance with the amount of projects allowed, as described under Section 3 (a). Offerors will be evaluated based on past performance with Government agencies and private industry in terms of work quality, overall safety record, and stakeholder/customer satisfaction. The evaluation of past performance will be based on information provided through PPIRS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. d. Capacity to Accomplish the Work: The offerors must demonstrate their ability to meet the scope of multiple projects simultaneously for an IDIQ by providing appropriate teams or crews to perform required tasks. Offeror's narrative should also include (but not be limited to): a. Discuss the management approach to previous experience in completing SATOCs/MATOC/TOCCs/IDIQs contracts and/or previous contract types. b. Discuss the lessons learned from previous contracts/task orders and how they will increase success on the solicited contract. c. Discuss management of individual task orders, and approach to management of concurrent task orders in different locations. d. Discuss the overall management approach to the solicited contract. e. Discuss staffing resources, capabilities, and availability to perform on the solicited contract. f. Discuss the overall contract team to include supervisory and on-site personnel communication, roles, responsibilities, and accountability of small business, key subcontractors, affiliates and dedicated management staff. g. Discuss the types and quantities of services available (i.e. the number of staff / on call), and any specialized experience capabilities and how they may benefit on the solicited contract. h. Discuss the ability to deploy services to the locations/areas indicated in the solicitation, ability to meet security requirements, self-performing capabilities, the hiring process and agreements with other affiliates and subcontractors, and how individual team members will be chosen for individual tasks. i. Discuss approach to customer/client coordination and communication. j. Provide discussion on conflict resolution of contract performance issues should they arise on the solicited contract. e. Knowledge of the Locality: The offeror must demonstrate specific knowledge of the USACE NAD Area of Responsibility (AOR) and specifically the USACE Baltimore District local conditions or project site features such as local construction methods, agency coordination and local laws and regulations. f. Geographic Proximity Firms will be evaluated on their location with respect to the general geographical area of the USACE North Atlantic Division Area of Responsibility (AOR), to include states within the boundaries of the Baltimore District (VA, MD, DC, and PA). g. Previously awarded work by DoD Firms will be evaluated on the volume of work previously awarded to the firm by the DoD in the last 12 months, with the object of effecting an equitable distribution of DoD A/E contracts among qualified A/E firms including all small business socio-economic categories, and firms that have not had prior DoD contracts. Appropriate superior performance evaluations on recently completed DoD contracts will also contribute to evaluation of this factor 4.SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of SF 330 Part I, and two copies of SF 330 Part II for the prime firm and all consultants, to the above address not later than 4:00 PM on the response date indicated above. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than five (5) pages for Section G. Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firm's DUNS number in SF 330, Part I, Section H. In SF 330, Part I, Section H describe owned or leased equipment that will be used to perform this contract. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Contracting Office Address: 10 South Howard Street, Suite 7000 Baltimore, MD 21201 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-R-CMS1/listing.html)
 
Place of Performance
Address: The primary locations for work to be performed under these contracts will be Ft. Meade - East Campus Area Office (ECAO) and Bay Area (BAO) Offices, Aberdeen Proving Grounds (APG), Ft. Detrick, Harrisburg Area Office (HAO), Ft. Belvoir and other U.S. Corps of Engineers locations within the Baltimore District. Work may also be extended to other USACE locations within the North Atlantic Division (NAD) boundaries., United States
 
Record
SN04654974-W 20170901/170830232825-cb851e59331b8d2a3298ca589f1ded23 (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.