Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
MODIFICATION

C -- INDEFINITE DELIVERY CONTRACTS (IDCS) FOR ARCHITECT-ENGINEERING (AE) SERVICES

Notice Date
3/20/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, 96205-0610, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W912UM-18-R-AE23
 
Point of Contact
Brady L Hales, Phone: 3157217289, Jisun Kang, Phone: 3157217163
 
E-Mail Address
brady.l.hales@usace.army.mil, jisun.kang@usace.army.mil
(brady.l.hales@usace.army.mil, jisun.kang@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION This Indefinite Delivery multi-discipline contract is being procured in accordance with the Brooks Act (Public Law 92-582), as implemented in FAR Subpart 36.6, for A-E services to be performed for the U.S. Army Corps of Engineers (USACE), Far East District (FED) throughout the Korean Peninsula. This is an unrestricted Brooks Act acquisition open to firms of all sizes. Firms will be selected for negotiation based on required demonstrated competence and qualifications for the required work, stated herein. The aggregate capacity for this procurement is $100,000,000. The Government intends to award up to three (3) Firm Fixed Price (FFP) Indefinite Quantity Contracts (IDCs) with a shared capacity of $100,000,000 with an ordering period of one (1) base year and four (4) option periods for a possible total of four (5) years. Awards are expected to be made by approximately August 2018. The contracts will require the Government to order services priced at not less than $2,500 ("minimum guarantee amount"), applicable to the base period only, the funds for which will be obligated at the time of award of the basic Indefinite Delivery Contracts (IDCs). The minimum guarantee amount will be applied to the first task order issued under the contract that exceeds $2,500. Individual task orders may be issued up to a maximum dollar value of $6,000,000. The North American Industry Classification (NAICS) code for this acquisition is 541330 Engineering Services. To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or by contacting the Service Desk at 1 -866-606-8220. Firms must register prior to the due date for responses to this synopsis in order to enable the Contracting Officer's review of SAM Exclusions. Firms are advised that the resulting IDCs will require that the wages and benefits of listed services employees (see FAR 22.10) be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location, not the location of the work. See http://www.wdol.gov for additional information. Selection for IDC Negotiation In accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (Pub. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), Brooks Act and FAR 16.500(d), POF will select firms for IDC negotiation using the procedures set forth in FAR Subpart 36.6 and Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 236.6: • In accordance with FAR 36.602-3(a), POF will review the Standard Form (SF) 330s submitted in response to this synopsis. • In accordance with FAR 36.602-3(b) and DFARS 236.602-1(a), POF will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1 and DFARS Procedures, Guidance, and Information (PGI) 236.602-1, as set forth in greater detail in this synopsis. • In accordance with FAR 36.602-3(c), POF will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services described in this synopsis. • On the basis of the above, in accordance with FAR 36.602-3(d), POF will determine the firms most highly qualified to perform the required services described in this synopsis. Selection for Task Order Negotiation In accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (Pub. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), and FAR 16.500(d), POF will select firms for task order negotiation using the procedures set forth in FAR Subpart 36.6 and DFARS Subpart 236.6. • After task order requirements are defined, POF will determine if the SF 330s submitted in response to this synopsis provide the information needed to provide a basis to determine the most highly qualified contractor to perform the task order requirements, or if additional, task order-specific information is needed to determine the most highly qualified contractor to perform the task order requirements. • If POF determines that it requires additional, task order-specific information to determine the most highly qualified contractor to perform the task order requirements, POF will issue a task order synopsis to the eligible IDC holders notifying them of the task order requirements and selection criteria, and offering the eligible IDC holders an opportunity to submit SF 330s specific to the task order requirements. Such a task order specific SF 330 may not include a team member not identified in Part I, Section C of the SF 330 submitted in response to this synopsis. • In accordance with FAR 36.602-3(a), POF will review the IDC holders' SF 330s on file or, as requested by POF, SF 330s specific to the task order requirements. • In accordance with FAR 36.602-3(b) and DFARS 236.602-1(a), POF will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1 and DFARS PGI 236.602-1. • If POF's evaluation will be based upon SF 330s on file, POF will evaluate firms' qualifications under the selection criteria set forth below, as applied to the task order requirements. The selection criteria are listed in descending order of importance. Specialized experience and technical competence in the type of work required, including, where appropriate, Professional Qualifications of Personnel in Key Disciplines, Past performance, Capacity to Accomplish the Work, and Knowledge of the Locality (secondary criterion, to be used as a tie-breaker only) Total volume of DoD contracts • If POF's evaluation will be based upon SF 330s specific to the task order requirements, the selection criteria will be set forth in greater detail in the task order synopsis. • In accordance with FAR 36.602-3(c), POF will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services for the task order. • In instances where the same required services recently have been acquired under a substantially similar task order, POF has up-to-date information on the contractors' relevant qualifications under the evaluation criteria applicable to the task order, and POF has held recent discussions with the most highly qualified firms, discussions will be at the discretion of the selection authority. In such instances, the selection authority will use previously acquired discussion information only if all relevant information required by FAR 36.6 is available, documented, and up-to-date. • On the basis of the above, in accordance with FAR 36.602-3(d), POF will determine the firms most highly qualified to perform the required services for the task order. 2. PROJECT INFORMATION Typical types of design services to be provided may include: new structures, repair and renovation of existing structures, planning, engineering studies, geotechnical surveys and subsurface exploration, hydrology and hydraulics, site investigations, preparation of DD Form 1391s, planning and design charrettes, A-E services during construction, environmental studies, pipeline assessments, real estate and utility master planning, preparation of concept design to 100% design, BIM modelling, landscape design, and other general engineering activities. The scope of this procurement is to cover the United State Forces Korea (USFK), Foreign Military Sales, United States Department of State, and DoD facilities within the Republic of Korea (ROK). Representative types of facilities or structures that may be the subject of design or planning services include training and operations structures; administrative buildings; unaccompanied and accompanied family military housing; dining facilities; hospitals, medical/dental clinics; communications facilities; fuel storage and dispensing facilities; religious and family facilities; athletic facilities: gymnasiums, multiple-purpose sports fields; airfield structures and pavements; and utility systems that may include communications, power, water, gas, and sewers. Blast hardening, Collective Protection System (CPS) and Chemical Biological Radiological (CBR) protection may be required for some facilities. Sustainable Design/LEED and Energy Policy Act 2005 requirements will be required for all facilities. Design deliverables must address local construction methods in the ROK and approved local materials that meet the intent of U.S. standards and code criteria in order to facilitate the use of local methods and materials. All design documents must be based on metric system units. Designs and prepared drawings must be accomplished using Computer-Added Design (CAD) and Building Information Modelling (BIM) and shall be compliant with the current A/E/C CAD standard available from the CAD/BIM Technology Center, USACE Engineer Research and Development Center (ERDC). Projects involving facilities and structures may be funded by U.S. Military Construction (MILCON) funds, Sustainment, Restoration and Modernization (SRM) funds, Host Nation funds, Host Nation Funded Construction (FC), Host Nation FC In-Kind, Foreign Military Sales, or other types of funding mechanisms. SRM funds include mainly Operation and Maintenance funds from Army, Air Force, Navy Marine Corps and Department of Defense. SRM projects include work for maintenance, repair and minor construction. SRM design shall ensure the repair cost does not exceed 50% of the replacement cost of the facility of the projects and new work shall not exceed the statutory limits. The Host Nation Funded construction includes the ROKFC Cash and ROFKC In-Kind. All technical aspects of design work must be based on current technical criteria that include U.S. national codes and regulations, the Unified Facilities Criteria, FED Guide Specifications and DoD Criteria and Standards. Local materials that meet US standards and criteria are used extensively, knowledge of local materials, and construction methods is necessary to prepare accurate ROK Ministry of National Defense (MND) (Bill of Material) format cost estimates. With some exceptions, construction contractors using the A-E's designs will be Korean firms for whom English is not their native language; and their contracts may be awarded by either FED or Host Nation agencies. Construction contracts awarded by the Host Nation Agencies require some parts of design plans to be prepared in the English and Korean languages for which the A-E contractor must have bilingual capabilities. Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES)-Second Generation (MII), for which software and training may be provided by FED. The details of these requirements will be included in the Statement of Work issued with the RFP to the most highly qualified A-E firms. The estimated construction cost of the facilities will range between $500,000 and $132M. 3. SELECTION CRITERIA The following selection criteria are listed in descending order of importance. Criteria (a) through (e) are primary. Criterion (f) is secondary and will only be used as a tie-breaker among technically equal firms. The selected A-E firms must have their legal seats in the United States. (a) Specialized Experience and Technical Competence. Sub-criteria 1) and 2) are considered of equal importance: Sub-Criterion (1): Experience in performing design services of the type listed in paragraph 2, PROJECT INFORMATION and applying DoD Design Criteria in foreign locations. Knowledge and experience conducting and facilitating design and planning charrettes to identify functional issues, achieving consensus on project requirements, developing facility and site layouts, developing schematic preliminary designs, and developing concept design to 100% design. Knowledge and experience of performing designs to include foreign locations which utilize local materials and local construction methods; knowledge and experience of industry practices including Bill of Material based cost estimates and construction contract award methods. Specialized experience and Technical competencies for Criteria (a) will be considered for all geographic locations. Sub-Criterion (2): Knowledge and experience in preparing design quality management plans to include: knowledge and experience of performing designs to include foreign locations which utilize local materials and local construction methods; knowledge and experience of industry practices including Bill of Material based cost estimates and construction contract award methods; organizational structure related to design quality management; management approach; coordination of disciplines and subcontractors or consultants; and quality control procedures (including project-specific quality control plans, review checklists, and Independent technical review procedures). SF 330 Requirements for Criterion (a)(1) and (a)(2): Submit project examples that demonstrate the offeror's and proposed subcontractors' or sub-consultants' specialized experience and technical competence. Projects submitted must be ongoing or have been completed within the past 5 years. Prepare a separate Section F for each project, identifying the contracting entity with which the offerors' firm had a contract, including the contract number. Describe the offeror's role of firm and proposed subcontractors or subconsultants, if applicable, for each project. Projects for which the offeror, or one of the proposed subcontractors or consultants was the prime contractor, and projects on which the offeror and one or more of the proposed subcontractors or consultants have worked together may be given a higher rating. For information not covered in the Section F, provide additional information pertaining to sub-criteria (1) & (2) within the SF 330's Part I, Section H (Additional Information). (b) Professional Qualifications of Key and Specialized Personnel. Sub-criterion (1) is considered of greater importance than sub-criterion (2): Sub-Criterion (1): Key Personnel: Provide resumes for up to 2 persons identified against each key personnel category below as a minimum. • Project management • Architecture • Civil engineering • Cost engineering • Electrical engineering • Fire protection engineering • Mechanical engineering • Structural engineering The proposed primary lead architect or engineer in each discipline must be registered in a United States state or territory and possess a professional license to practice in the appropriate professional field for which he/she is offered. Identified key personnel will be more highly evaluated if the person participated as a member of the firm or a significant sub-consultant in the projects submitted in the SF 330's Section F. Sub-Criterion (2): Specialized Personnel: Provide a resume for at least 1 person identified against each discipline below. - U.S. Registered Communication Distribution Designer (RCDD) accredited by the Building Industry Consulting Service International (BICSI) and possessing a current active RCCD registration - Building Information Modeling (BIM) / Computer Aided Design and Drafting (CADD) manager - LEED Building Design and Construction (LEED BD+C) Accredited Professional (AP) SF 330 Requirements for Criterion (b). Resumes of key and specialized personnel shall be indicated in the SF 330, Section E - "RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT". Use a separate Section E for each individual proposed. Clearly indicate Key Personnel are employed by the Prime contractor or subcontractor. (c) Past Performance. Past Performance on Department of Defense (DoD) or other contracts with respect to quality of work and compliance with performance schedules, as determined from CPARS, PPIRS, or other sources. Past Performance data for projects presented under Part I, Section F of the SF330 may be evaluated. The Government will use as its primary source of information on past performance evaluations retrieved through the Past Performance Information Retrieval System (PPIRS) as managed by the Contractor Performance Assessment Reporting System (CPARS). Performance evaluations for any proposed subcontractors or consultants may also be considered. Past performance information from other sources may be evaluated. SF330 Requirements for Criterion (c). Provide past performance information for up to ten (10) projects that have been listed in Part I, Section F. Include past performance information for all projects, if completed, listed in response to Selection Criterion (a). For U.S. Federal Government contracts, state the contract number. Provide a copy of the Contractor Performance Assessment Review System (CPARS) report for each U.S. Federal Government contract. Beyond the requirement to provide CPARS reports, where applicable, any credible, documented information on past performance may be submitted. The NAVFAC/USACE Past Performance Questionnaire (PPQ) may be submitted to provide or supplement your past performance with other than U.S. Government clients. You may obtain a PPQ standard form by submitting a request via e-mail to the FED POC listed in this announcement. Both the CPARS and PPQ information will not be counted toward the maximum page limit. (d) Capacity. Capacity of the firm to accomplish work in the required time. A-E firms must demonstrate they possess the necessary staffing, organization, proposed sub-consultants, financial resources and technical capabilities to timely complete any task order issued under the description of possible work in paragraphs 1 and 2 herein. SF330 Requirement for Criterion (d). Submit a narrative statement demonstrating the offeror's experience and resources to perform large and multiple task orders concurrently. Describe past efforts in which the offeror has performed multiple projects for a particular customer within one year. Describe the resources to which the offeror has access that would enable you to manage a surge in workload involving numerous large-scale task orders being awarded concurrently which may need to be completed simultaneously or within compressed performance periods. This surge in workload may involve resources beyond the office assigned to this contract. Describe how the offeror will manage resources in order to perform project management roles for a surge in workload. Include the statement in the SF 330's Section H. (e) Knowledge of the Locality. Demonstrated ability to prepare designs that account for local conditions in foreign environments, including the geological features and climatic conditions of Republic of Korea, local construction methods, and construction market conditions. SF330 Requirement for Criterion (e). Submit a 2 page narrative statement, explaining your knowledge and experience in preparing designs that include considerations of foreign environments, including the geological features and climatic conditions of the Republic of Korea foreign local construction practices, procedures, standards and application of international, United States and/or DoD design criteria in foreign locations. Include the statement in the SF 330's Section H. (f) Volume of recent DoD contract awards. The total value of new work awarded to the firm by all DoD agencies within the 12 months prior to the date of this announcement, plus the total value of existing, non-completed work with DoD agencies as of the date of this announcement. SF330 Requirement for Criterion (f). When identifying the total volume of work, include all new, stand-alone contracts and IDC task orders, as modified, issued by DoD agencies within the 12 months prior to the date of this announcement. Calculate the current, estimated value of remaining, unfinished work awarded prior to the 12 month period. Do not include the ordering limit value of an IDC, nor contract or task order options which have not been exercised. Present the information in a statement entitled "Volume of DoD Work" in the SF 330's, Part I, Section H. SF330 Requirement for Criterion (g). When identifying the total volume of work, include all new, stand-alone contracts and IDC task orders, as modified, issued by DoD agencies within the 12 months prior to the date of this announcement. Calculate the current, estimated value of remaining, unfinished work awarded prior to the 12 month period. Do not include the ordering limit value of an IDC, nor contract or task order options which have not been exercised. Present the information in a statement entitled "Volume of DoD Work" in the SF 330's, Part I, Section H. 4. SUBMISSION REQUIREMENTS Interested firms seeking qualification under this announcement must submit a SF 330 Part I and Part II electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/SAFE2/Welcome.aspx. At the AMRDEC SAFE website, select the link: I do not have a CAC and include 1. pof-ct-proposals@usace.army.mil and 2. brady.l.hales@usace.army.mil on the Recipient Information. The suspense for the SF330 submission is no later than 20 April 2018 11:59 PM Eastern Daylight Time. The SF 330 Part I and Part II shall not exceed 100 pages. The print size of a page shall be 8.5"x11". Pages sized as 11"x17" may be used for graphics and charts. Each side of a sheet of paper is a page. Use no smaller than 12 point-font size, except 10-font size for tables, charts and graphics. Standard Form 330 Part I (section A through I), Architect-Engineer Qualifications, Contract-Specific Qualifications for the prime A-E and all proposed sub-consultants. Additional guidance is provided: In Section D, include an Organization Chart to indicate how each entity of the firm (prime, JV partner, and each subcontractor as identified in Section C) integrates into the composite team In Section E, provide brief resumes of the firm's key personnel that will have technical and managerial control of the contract. Resumes must be submitted for each discipline required to meet the minimums stated in paragraph 3. In Section G, Block 26, include the entity (prime, JV partner, or subcontractor) and location associated with the individual. The names of all individuals included in the resumes provided in Section E shall be listed in block G-26 along with their entity, location, and role even if example project experience in block G-28 is not applicable. In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Specialized Experience and Technical Competence. When addressing firm capabilities, clarify planned capability, existing capability and prior experience, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific criteria listed in Section 3. Indicate the estimated percentage involvement of each entity of the firm. Standard Form 330 Part II, Architect-Engineer Qualifications, General Qualifications (the prime A-E and all proposed sub-consultants must submit current SF 330 Part II). In Block No. 4, Part II, provide the Data Universal Numbering System (DUNS) number issued by the Dun and Bradstreet Information System (1-866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number). 5. OFFERORS QUESTIONS AND COMMENTS a. Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry to ProjNet at www.projnet.org/projnet. b. To submit and review solicitation inquiry items, prospective applicants will need to be a current registered user or self-register into the system. To self-register, go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click to continue. c. From this page you may view all prospective applicant inquiries or add an inquiry. Only one question will be allowed per inquiry. If multiple questions are included in a single inquiry, only the first question will be answered. All others will remain unanswered until entered in as single inquiries. d. Prospective applicants will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by the Government. e. The Solicitation Number is: W912UM-18-R-AE23 f. The Bidder Inquiry Key is: R5H4JZ-M6SHWC g. The Bidder Inquiry System will be closed to new inquiries seven (7) calendar days prior to proposal submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-18-R-AE23/listing.html)
 
Record
SN04860219-W 20180322/180320230949-693bf760c1f98dd41d8d3dca718246b2 (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.