Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOLICITATION NOTICE

C -- Architects and Engineers General Design

Notice Date
10/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN18R0002
 
Archive Date
11/28/2017
 
Point of Contact
Sabrina Bastine, Phone: 9126525943
 
E-Mail Address
sabrina.bastine@usace.army.mil
(sabrina.bastine@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical Point of Contract: Samuel. J. Hong at 912-652-5556 or email:Samuel.J.Hong@usace.army.mil; Questions concerning subcontracting plan: Leila Hollis at 912-652-5340 or email: leila.hollis@usace.army.mil; and Contractual Questions to: Sabrina Bastine at 912-652-5943 or email: sabrina.bastine@usace.army.mil; Questions concerning SF330; Wade Marshall at 912-652-6100 or email: wade.a.marshall@usace.army.mil. 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of three multidiscipline Indefinite Delivery Contracts (IDC) for general design services on large projects. These contracts are being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. All Architects and Engineers (A-E), including subcontractors, are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 - Construction Contracts with Architect-Engineer Firms. Any A-E, including subcontractors, that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contractor task order for the Design-Build of that particular project. Firms will be selected for negotiations based on demonstrated competence for the required work. Contracts may be issued up to one year after selection approval. Offerors are cautioned to read this announcement in its entirety. Contracts awarded as a result of this announcement will be administered by Savannah District for use on federal projects under its jurisdiction and if requested other Corps of Engineers Districts. Typically, the contract will be for one basic ordering period (three years) and one option period (two years) with a total contract limit of five years or $20,000,000. Work will be issued by negotiated firm-fixed price task orders. Task Orders will be primarily for large projects with a construction value greater than $2 million, however as required, smaller projects will be executed under these contracts. These task orders are firm fixed price. Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: (1) Performance and quality of deliverables under the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, and (3) Equitable distribution of work among identical contracts. The North American Industry Classification System (NAICS) 541330 size standard $15.0 million. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7004 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan to meet the Savannah District small business targets. Of the subcontracted work, 50% of the work would go to small business; 17% to small disadvantaged business (a composite of small business); 18% to women-owned business (a composite of small business); 10% to HUBZone small business (a composite of small business); 4% to service-disabled veteran-owned small business (a composite of small business and veteran-owned small business); and 8.5% to Veteran-owned small business (a composite of small business). The small business subcontracting plan will be evaluated in accordance with AFARs Subpart 5119.7 and AFARS Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at http://www.fsd.gov or by contacting the SAM Customer Service Desk at 1-866-606-8220. 2. PROJECT INFORMATION: Work may consist of preparation of reports, studies, master planning, project planning, design criteria, preparation of drawings and specifications, commissioning, cost estimates, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. The work primarily consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as horizontal construction projects (airfields, roads, ranges, etc.). The firm may be required to provide construction phase, commissioning and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All design must comply with the Savannah District Design Manual. All design will utilize Building Information Modeling (BIM) software. BIM software platform and drawing file format will be determined per task order. All drawing files will be developed using the AEC Standard, as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Facilities Guide Specifications (UFGS). Responses to Government review comments will be provided on the Corps of Engineers Design Review and Checking System (DrChecks). 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Submissions will be evaluated on each of the factors listed below. Each of the first three factors will be assigned a rating from outstanding to unsatisfactory, based on the risk to the government that the offeror will successfully perform the factor being evaluated. The remaining factors will be assigned either a Pass or Fail rating. A "Fail" rating on any factor will remove that proposal from further consideration. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 (Specialized Experience and Technical Competence) and Factor 2 (Key Personnel) are weighted equally and each is significantly more important than Factor 3 (Past Performance). Factor 4 (Work Management), Factor 5 (Knowledge of Locality), Factor 6 (Small Business Participation), and Factor 7 (Volume of DoD Contract Awards) will be assigned a Pass or Fail rating. Each of the Pass/Fail criterion will be evaluated first. A "Fail" rating on any of those factors will result in the elimination of the proposal from further consideration. **** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): a. Design of new facilities or utility systems of various types, sizes, and complexities; b. Rehabilitation of existing facilities or utility systems of various types, sizes, and complexities. c. Design of projects on Army or Air Force installations; d. Application of Anti-Terrorist/Force Protection criteria; e. Cost engineering using MCACES; f. Sustainable design utilizing LEED rating tools; g. Preparation of the development of the technical information for design-build Request for Proposals; h. Construction phase services including shop drawing review and preparation of O&M manuals. i.e. Building Information Modeling (BIM) using Bentley BIM software and REVIT using Autodesk software. Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and most recent firm and employee history of experience on similar projects. **** FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis (19 total resumes) and in the following key disciplines, that are required to be licensed, registered, and/or certified: architect (2), structural engineer (2), civil engineer (2), mechanical engineer (2), electrical engineer (2), fire protection engineer (1), geotechnical engineer (1), land surveyor (1), and certified industrial hygienist (1). Resumes shall be provided for other key personnel as follows: project manager (2), interior designer (1), cost estimator (1), and landscape architect (1). Registration/certification for all is encouraged. The fire protection engineer must be either: an engineer having a BS or MS degree in fire protection engineering, from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; or, a registered PE who has passed the NCEE fire protection engineering written exam; or a registered PE in a related engineering discipline with a minimum of 5 years' experience dedicated to fire protection engineering. Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. **** FACTOR 3 - PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with design schedules and project cost estimating control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous five years. **** FACTOR 4 - WORK MANAGEMENT. A proposed management plan shall be presented in Section H of SF 330. This plan must demonstrate prior successful implementation of quality management, subcontractor management, version control management, and proactive internal and external communication protocol, as well as implementation of an independent review process of all submittals in order to receive a Pass rating. Independent is defined as not having any other project-related responsibility. FACTOR 5 - KNOWLEDGE OF LOCALITY. A proposal must demonstrate at least 1 project on a US Military Installation over the past 5 years to receive a Pass rating. FACTOR 6 - SMALL BUSINESS PARTICIPATION. A proposal must include an acceptable Small Business Participation Plan in order to receive a Pass rating. An acceptable plan is defined as one that provides: a. Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institution s (HBCU/ MI) have been identified for participation as part of the offeror's team. c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. FACTOR 7 - VOLUME OF WORK. A proposal must demonstrate the ability to effectively staff a minimum of $20M in DOD contract awards over the next 60 months in order to receive a Pass rating. **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must submit 10 CDs of the SF330. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Please note that an Indefinite Delivery Contract (IDC) will not be considered a single project for SF330 Section F Example Projects. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is associated. FIRMS MUST INCLUDE THE DUNS NUMBER AND CAGE CODE FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Submissions are to be received in this office by Nov 13, 2017 at 4:00 PM. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Any questions concerning submissions should be directed to Wade Marshall at (912) 652-6100. All submissions must be addressed to: DEPARTMENT OF THE ARMY SAVANNAH DISTRICT, CORPS OF ENGINEERS CESAS-EN-EP, Mr. WADE MARSHALL, PE 100 W. OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640 **** PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED. THIS IS NOT a REQUEST for a PROPOSAL. **** NO HAND CARRIED SUBMISIONS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN18R0002/listing.html)
 
Record
SN04711168-W 20171013/171011231312-77da1025ba0307b35c15252c86b98314 (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  © 1994-2020, Loren Data Corp.