SOLICITATION NOTICE
C -- Architect/Engineer Services for one (1) Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity for A/E design services for the National Air and Space Intelligence Center mission at Wright-Patterson Air Force Base, Ohio.
- Notice Date
- 3/19/2018
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR18R0030
- Archive Date
- 5/3/2018
- Point of Contact
- April C. Judd,
- E-Mail Address
-
april.c.judd@usace.army.mil
(april.c.judd@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses. The proposed services, which will be obtained by negotiated firm fixed price contracts, are for a variety of architect/engineer (A/E) design services to support the National Air and Space Intelligence Center (NASIC) mission. One (1) SATOC Indefinite Delivery/Indefinite Quantity contract will be awarded. The maximum cumulative contract value for the contract is $22,000,000. The contract period is for a base period of five (5) years. Projects will be awarded by individual task orders. The following factors will be used in deciding which contractor will be selected to negotiate task orders: professional qualifications, specialized experience and technical competence, current capacity to accomplish the work in the required time, and past performance on relevant projects. Significant emphasis will be placed on the A/E's quality control procedures, as the District will perform the quality assurance role only. Estimated start date is June 2018. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for A/E services. 2. PROJECT SPECIFIC INFORMATION: The following are major work elements that would be included in this requirement. These lists are not all encompassing. Provide design services for new construction of controlled and secured facilities in accordance with ICD 705 standards. Projects considered similar in scope include high-security office buildings, high-technology office buildings, technology research laboratories, high-performance computing facilities, data analysis centers or other similar facilities pertaining to the Department of Defense and US Government intelligence functions. Work will include, but not be limited to, preparation of plans and specifications, preparation of interior design packages (SID and FF&E), preparation of construction schedules, preparation of cost estimates using MCACES, preparation of design analyses, response to Requests for Information during advertisement and following construction award, and review of shop drawings, material submittals and extensions of designs. 3: SELECTION CRITERIA: Selection criteria in descending order of importance are listed below. "a" through "d" are primary, and "e" is secondary. Secondary criteria will be used as a tiebreaker between firms considered as technically equal. a) Professional Qualifications: The government's evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm. b) Specialized Experience and Technical Competence: The government's evaluation of Specialized Experience and Technical Competency will consider example projects in the SF330 Section F which include Specialized Experience and Technical Competencies below. The government will also consider the same Specialized Experience and Technical Competencies of individual team members in SF330 Section E. 1. Design of new construction of multi-story controlled and secured facilities in accordance with ICD 705 standards. Projects considered similar in scope include high-security office buildings, high-technology office buildings, technology research laboratories, high-performance computing facilities, data analysis centers or other similar facilities pertaining to the Department of Defense and US Government intelligence functions. Projects considered similar in size will be a minimum of 175,000 SF. 2. Design of renovation to multi-story controlled and secured facilities in accordance with ICD 705 standards. Projects considered similar in scope include high-security office buildings, high-technology office buildings, technology research laboratories, high-performance computing facilities, data analysis centers or other similar facilities pertaining to the Department of Defense and US Government intelligence functions. Projects considered similar in size will be a minimum of 175,000 SF. 3. Design of facility infrastructure to support controlled and secured facilities in accordance with ICD 705 standards. Projects considered similar in scope include central utility plants, generator yards, and other supporting infrastructure. c) Capacity: The government's evaluation of the offeror's capacity narrative included in the Design Quality Management Plan in SF330 Section H will consider the offeror's ability to complete the work in the required time with the understanding that this contract may require multiple design teams to work multiple task orders simultaneously. d) Past Performance: Past performance of the A-E, joint venture partners, and key subcontractors on Department of Defense (DoD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from Past Performance Information Retrieval System (PPIRS) and other sources. e) Volume of Contract Awards in the last 12 months. 4.) SUBMISSION REQUIREMENTS: Offerors must submit ten (10) hard copies and one (1) electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 60 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Additional instructions and clarifications for SF330: SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be "dual-hatted." Offerors shall provide individual resumes for a minimum of three (3) personnel in SF330 Section E for each of the individuals listed below in lines 1 through 9. Individuals included in SF330 Section E must possess the certifications and/or registrations listed below and must have performed in their respective role (i.e. project manager, architect designer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation. The individual's experience for the amount of time listed below applies to experience related to the position described and can include years working prior to registration/licensure/certification. For each discipline listed below, offerors shall designate a Lead, who will be a Registered Professional in their field, with a minimum of 15 years of experience. The other two (2) individuals in each discipline shall be registered professionals, shall be designated as Designers, and shall have a minimum of ten (10) years of experience. All individuals shall have an ABET-accredited college degree in their field or a technical field related to architecture or engineering. The evaluation will consider education, certifications, registration, and overall and relevant experience. Additional consideration will be given to proposals offering additional professional registrations within their team, for significant experience beyond what is requested, and for professionals with graduate degrees 1. Project Manager (can be an Architect or Engineer) 2. Architect 3. Civil Engineer 4. Fire Protection Engineer 5. Mechanical Engineer 6. Electrical Engineer 7. Structural Engineer 8. Interior Designer 9. Cost Engineer, certified as either a Certified Cost Engineer (CCE), or Certified Cost Consultant (CCC) In Block 19 of Section E, list up to five (5) relevant projects and provide very brief descriptions of each project and the proposed team's role(s) in each project. Section E is intended to serve only as a summary outline of relevant projects; use Block 24 in Section F to provide additional detail for up to five (5) of the same projects listed in Section E. SF330 Section F: For all projects included in SF330 Section F, all must be substantially complete. Projects must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, and key subcontractors. The Offeror shall submit a maximum of five (5) projects in total; all five (5) projects must be completed within the last seven years, from the date of this solicitation, in the types of projects specifically indicated above in paragraph 2, PROJECT SPECIFIC INFORMATION. Additional consideration will be given for having at least one of each of the three (3) project types listed in paragraph 3 (b) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. Project descriptions should show explicit experience pertinent to this announcement. If more than five (5) projects are submitted, only the first five (5) projects listed in the proposal will be evaluated. Each project example should include the following information: which prime firm, partner, consultant or key subcontractors executed the project, a description/narrative of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Projects should also list any key personnel that worked on the submitted projects. Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts, where numerous Task Orders are listed together, are not acceptable as projects. Rather each Task Order would be considered a project. SF330 Section H: In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the 20 page limit of SF330 Section H or the 60 page limit for the entire SF330. In SF330 Section H, each offeror shall present a Design Quality Management Plan including an explanation of the firm's management approach; management of sub-consultants (if applicable); quality control procedures; procedures to insure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub-consultants). The Design Quality Management Plan shall also include a Capacity Narrative describing the offeror's ability to complete the work with available resources. Also in Section H indicate the estimated percentages involvement of each firm on the proposed team or describe the type of work and roles the prime and subcontractors will perform under this contract. It is the responsibility of the Prime Contractor to comply with FAR 19.508(e) and 52.219-14. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime firm. The 50% self-performing requirement will be based on the contract as a whole. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 2:00 p.m. local time on 18 April 2018. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Submit responses to US Army Corps of Engineers, Louisville District, ATTN: April Judd, 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18R0030 /listing.html)
- Record
- SN04859005-W 20180321/180319231102-64534f772af8bcff4b3fc9269bdf2b12 (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 |