Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Services Contract (Construction Management Services) Not-To-Exceed $45M for the Miscellaneous Projects for the U.S. Army Corps of Engineer (USACE) Honolulu District

Notice Date
1/13/2020 3:46:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858 USA
 
ZIP Code
96858
 
Solicitation Number
W9128A-20-R-0002
 
Response Due
1/31/2020 12:00:00 PM
 
Archive Date
02/15/2020
 
Point of Contact
Tracy Tenholder, Phone: 8088354382, Merbby Joyce Nicolas, Phone: 8088354381, Fax: 8088354395
 
E-Mail Address
Tracy.N.Tenholder@usace.army.mil, merbbyjoyce.n.nicolas@usace.army.mil
(Tracy.N.Tenholder@usace.army.mil, merbbyjoyce.n.nicolas@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. CONTRACT INFORMATION: Architect-Engineer (Construction Management Services) services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR part 36, are required for various military and civil works projects within the State of Hawaii, but may include other Pacific Region locations (for example Japan, Korea, Alaska, American Samoa, Guam, Commonwealth of the Northern Marianas Islands, Republic of Palau, Federated States of Micronesia, and Republic of the Marshall Islands) in the Pacific Ocean Division (POD) area.� Indefinite delivery contracts will be negotiated and awarded with anticipated contract ordering period of a three (3) year base period with two (2) 1-year option periods�that the Government reserves the right exercise. �It is the Government's intent to award up to three (3) AE single�award indefinite delivery task order contracts with a not-to-exceed shared capacity of $45,000,000. The Government obligates itself to obtain no less than $2,500 in services. The contracts are anticipated to be awarded by July 2020. After contracts are awarded, work will be issued by negotiated firm-fixed-price task orders. When deciding which Indefinite Delivery contract will be selected to negotiate an order, the Government will consider the following: current capacity to accomplish the order in the required time, unique specialized experience, and quality of performance under the other task orders. North American Industry Classification System Code (NAICS) is 541330 � Engineering Services., which has a size standard of $16.5 million in average annual receipts. This requirement is 100% set aside for small business entities. To be eligible for contract award, a firm must be registered as SMALL BUSINESS under NAICS 541330 with the System for Award Management (SAM) database. For instruction on registering with SAM see the�website�at https://www.sam.gov/ or https://beta.sam.gov/. 2. PROJECT INFORMATION: Work primarily includes but is not limited to construction management services for pre-construction award, construction administration, and quality assurance functions and provide Construction Managers, Project Engineers, Project Schedulers, and Quality Assurance Representatives/Inspectors. Work includes but not limited to maintaining and updating Resident Management System (RMS) database for projects. Data entry of documents including correspondence, Requests for Information (RFI), submittal of Contractor's Quality Control (CQC) Plans, Safety Plans, Activity Hazard Analysis, construction schedules, technical submittals, and insurances. Download construction contractor's database in Quality Control System (QCS) to RMS and evaluate the data accuracy. Proficient in Primavera scheduling software, analyze and provide recommendations for baseline construction schedules, review/monitor and update project schedules, evaluate schedule impacts due to changes in work progress, review construction contractor's proposed cost and change order proposals. Needed specialized experience includes, but is not limited to: -Personnel with experience with Airfield Portland Cement Concrete (PCC) construction.� Specifically, experience overseeing construction under Unified Facilities Guide Specifications (UFGS) 32 13 11 or 32 13 14.13; -Personnel with experience managing DoD medical construction projects.� Projects include hospitals, medical clinics, dental clinics, hospital renovations, and medical facility commissioning; -Personnel with experience evaluating construction schedules to check for compliance with Unified Facilities Guide Specifications (UFGS) 01 32 01.00 10.� Capability to evaluate Time Impact Analysis (TIAs) for critical path delays; and -Personnel with experience and familiarity with working in and/or managing projects in remote areas with logistical constraints, such as Pacific Island locations with secure operations, Pohakuloa Training Area, Diego Garcia, Johnston Atoll, Wake Island, Midway Island, and the Republic of the Marshall Islands. 3. SELECTION CRITERIA: The selection criteria for this solicitation is listed below in descending order of importance.�Primary criteria consist of (a) through (e). Criteria (a) and (b) are considered most important and of equal importance; Criteria (c) (d) and (e) are of lesser importance and listed in descending order of importance. Secondary criteria, (f) and (g) will only be used as tie-breakers among firms ranked technically equal using the primary criteria. (a) Qualifications of Personnel to be assigned to the contract: (1) The evaluation will consider the extent of the offeror's experience in construction management services of the prime firm and sub-consultants for Construction Management Services described in paragraph 2 ""Project Information.""� SF330 requirement: Provide within SF 330, Part I, Section F examples of not more than 5 projects completed within the last 5 years that best demonstrate specialized experience and technical competency in the areas listed above in section B, PROJECT INFORMATION. Project experience where the Prime was the lead, and projects where the prime and significant subcontractors proposed for this IDQ requirement worked together, will be given more consideration. Project examples submitted should be of completed projects. All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F). (2) The evaluation will consider the education, training, registration and overall relevant experience of the offeror's proposed personnel. The qualifications of personnel will be evaluated to determine the sufficiency of oversight of how task orders will be managed to meet the experience and knowledge for each task order requirement. SF330 requirement: Provide management plan/structure and design quality control procedures within Part I, Section H (Additional Information). (b) Professional qualifications of the prime firm's staff and sub-consultants to be assigned to the projects: The evaluation will consider the extent of the education, training, registration and overall relevant experience of the key personnel identified below. This criterion primarily focuses on the qualifications of the key personnel for the contract and not the quantity of personnel, which is addressed under the ""capacity to accomplish the work"" criterion. SF330 requirement: Provide a minimum of one (1) individual / up to a maximum of two (2) individuals per discipline for each of the key personnel disciplines identified below. Firms will not be evaluated more favorably for identifying additional Key Personnel beyond those identified here. Identified key personnel will be more highly evaluated if he or she participated in the firm's sample projects submitted in the SF 330 Section F. Use a separate Section E for each individual. Do not generalize professional registrations or certifications but provide specific details. Key personnel are: Construction Managers, Project Engineers, Project Schedulers, and Quality Assurance Representatives/Inspectors. (c) Past Performance of the firm for similar work: Firms will be evaluated on past performance for quality of work products, compliance to project schedules, and effectiveness of management. Past performance evaluations will be retrieved through the Government's Past Performance Information Retrieval System (PPIRS) and managed through the Contractor Performance Assessment Reporting System (CPARS). PPIRS is the primary source of information on past performance. Performance evaluations for any significant sub-consultants may also be considered. The evaluation will consider past performance from other sources. The relevancy of past performance information will be considered. The more relevant the information, the more weight it carries. NOTE: if no relevant past performance information is available to evaluate, or if the record is so sparse such that no meaningful rating can be reasonably assigned, the offeror will be assigned a rating of neutral and shall not be evaluated favorably or unfavorably. SF330 requirement: Past performance data for example projects presented under Part I, Section F of the SF330 will be considered. Performance evaluations will be queried for all firms. Any credible, documented information on past performance may be submitted, but the Government is not required to seek other information on past performance if none is available through PPIRS. (Note: Past Performance Questionnaires (PPQ) can be submitted to provide or supplement a firms past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may use the attached PPQ standard form to be submitted to the referenced POCs via email.). (d) Capacity of the firm to accomplish work in the required time: Firms will be evaluated on their capacity to accomplish the work: Demonstrating Construction management services for various projects for pre-construction award, construction administration, and quality assurance functions for all projects for the POH AOR is critical to the Government. Capable construction management services requires the engagement of sufficient and competent staff and sub-contractors. Firms must demonstrate the capacity to accomplish multiple task orders in multiple locations simultaneously. (e) Knowledge of the locality of the projects: Firms will be evaluated on specific familiarity with the site conditions in Hawaii and the POH AOR. The intent is to demonstrate knowledge and understanding of local conditions, including the physical environment, local engineering criteria, local construction methods, and construction market conditions. SF330 Requirement: The basis of evaluation for this criterion will focus on the information provided in SF330, Part I, Section E (Resume of Key Personnel), item 19 (Relevant Projects). Information presented shall demonstrate general understanding of the local conditions listed above, based on specific work experience. SECONDARY selection criteria, to be used as quote mark tie-breakers quote mark among technically equal firms, are listed in descending order of importance as follows: (f) Geographic proximity in relation to the location of the work. Firms will be evaluated based on their main office's physical proximity to Hawaii. (g) Volume of recent DoD contract awards. The objective of this criteria is to effect an equitable distribution of DoD AE contracts among qualified firms. Specify the total volume of work awarded to the firm by a DoD agency within twelve (12) months of the closing of this announcement. When identifying the total volume of work, include all stand-alone or indefinite delivery contract (IDC) task orders, including modifications, issued by DoD agencies. DO�NOT include the potential value of an IDC, nor options which have not been exercised. Information may be presented in SF330, Part I, Section H or the Government may obtain the information through other means. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 330 (one hard copy and one pdf file with searchable text on CD/DVD) no later than January 31, 2020 @ 10:00 AM Hawaii Standard Time. Specific detail regarding the content of the SF330 is provided in the preceding paragraphs. SF330s shall be mailed to US ARMY CORPS OF ENGINEERS, HONOLULU DISTRICT BUILDING 230, OTAKE STREET, ATTN: TRACY TENHOLDER,�FORT SHAFTER, HAWAII� 96858-5440 -or- hand delivered to BUILDING 252, WALKER DRIVE, ATTN: TRACY TENHOLDER, FORT SHAFTER, OAHU, HAWAII. Request for Proposal No. W9128A-20-R-0002�shall be utilized to solicit a price proposal from the firm selected. This is not a request for a price proposal. 5. PLACE OF CONTRACT PERFORMANCE: A-E services will be performed in accordance with projects identified in each individual task order primarily for the Honolulu District (POH), but occasionally may include other Pacific Region locations (for example Japan, Korea, Alaska, American Samoa, Guam, Commonwealth of the Northern Marianas Islands, Republic of Palau, Federated States of Micronesia, and Republic of the Marshall Islands) in the Pacific Ocean Division (POD) area.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/918502ae252548cf9e11dda9ca6d6be3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05532884-F 20200115/200113230258 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.