Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

C -- Architect and Engineering (A-E) ServicesIndefinite Delivery Contract (IDC) for Value Engineering (VE) Services, Fort Worth District (SWF), SB (Small Business) Set Aside

Notice Date
2/27/2020 3:28:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G18R0203
 
Response Due
8/15/2018 12:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Donna Jones, Contract Specialist, Phone: 8178861056, Linda Eadie , Contracting Officer, Phone: 816-886-1085
 
E-Mail Address
donna.l.jones@usace.army.mil, linda.d.eadie@usace.army.mil
(donna.l.jones@usace.army.mil, linda.d.eadie@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. CONTRACT INFORMATION: (a) General. This announcement is set-aside for Small Business (SB) concern procurement of one (1) A-E Services Indefinite Delivery Contract (IDC), in accordance with 40 USC Chapter 11 Selection of Architects and Engineers, Public Law (PL) 92-582 formally known as the Brooks Act as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms must demonstrate competence and qualifications for the required work, stated in this synopsis, for selection for negotiation. The award of this IDC will provide Fort Worth District (SWF) A-E Services to support Value Engineering. The IDC will consist of one (1) one-year base ordering period and four (4) one-year option periods, each period not to exceed one (1) year, for a total of five (5) years using FAR Clauses 52.217-8 and 52.217-9. The value of all task orders issued under this IDC will not exceed $12,500,000. Work will be issued by negotiation of firm-fixed-price task orders. There is no limit on the value of the individual task orders, but the total task orders awards will not exceed the total value of the IDC. Minimum Guarantee amount of $2,500 will apply to the base ordering period only. The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000. (b) Contract Award Procedure. Eligibility for the IDC award requires registration of the offeror with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/. NO STATE-LEVEL certifications will be accepted. Missing even one (1) required element will render the offeror non-responsive and eliminate them from further consideration for this IDC. 2. PROJECT INFORMATION: The award of this IDC will provide Fort Worth District A-E Services to support Value Engineering. No specific projects or tasks are identified at this time and therefore funds are not presently available for individual task orders under this solicitation. As projects for A-E Services for Value Engineering are received SWF will utilize this IDC to award task orders. The services performed under this IDC and the individual task orders include Value Engineering studies/workshops, conducted by the Value Engineering Contractor (VEC), in accordance with the format developed by the Society of American Value Engineers (S.A.V.E) International (Information, Function Analysis, Creative, Evaluation, Development, and Presentation). The VE study/workshop purpose is to evaluate available project information (design submittals, cost estimates, 1391s, etc.) in order to apply VE principles to further develop subsequent plans and specifications for individual projects. The study/workshop shall focus on assisting the Project Delivery Team (PDT) in determining the ""best value"" for project components, and performing a cost comparison for each project. The VEC shall also investigate potential alternatives that will assist the Government's achievement or maintenance of LEED Silver requirement for each project if applicable. The VEC shall produce a VE Report with the following details: executive overview of the study/workshop and study/workshop results, value matrix, VE proposal worksheets and recommendations, and an appendix of all background documents. The team must include a Certified Value Specialists (CVS) currently certified by SAVE International. Offerors must have the capability to provide cost advice and complete cost estimates utilizing latest version of MII estimating program in accordance with set design schedules identified in individual scopes of work for each task order. MII software will be provided by the Government with database information purchased by the A-E. Other cost estimating software may be required. The Offeror selected will be subject to the requirements of FAR Part 52.219-14. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criterion f-h are secondary and will only be used to rank the contractors among the most highly qualified firms. In this synopsis the term ""recent"" means A-E tasks orders or contracts completed within the last ten (10) years of the synopsis closing date. Older projects will not be considered. (a) Specialized Experience and Technical Competence. Ensure that all specialized experience requirements are reflected on appropriate personnel resumes in Section E and example projects in Section F, Part I of the SF 330. For criteria listed below, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence provided the nature and extent of all team arrangements are identified and disclosed. Offerors should describe the nature and extent of prior teaming experience with the proposed subcontractors. The firm must demonstrate expertise in the following: (1) Demonstrate the recent experience of both the prime and subcontractors leading/participating in Value Engineering studies/workshops. (2) Demonstrate recent experience of both the prime and subcontractors utilizing the S.A.V.E. Value Methodology Standard. (3) Demonstrate recent experience of both the prime and subcontractors adhering to American Society for Testing and Material (ASTM) Standard Practice E1699-14 for the Value Methodology and Engineering Regulation (ER) 11-1-321 Value Engineering for Army Programs. (4) Example projects shall show the value of the VE task order/contract. (b) Professional Qualifications. The offeror shall demonstrate that all expertise requirements are met on key personnel resumes in section E, Part I of the SF330. When a minimum number of years/experience is listed, it is within the past ten (10) years from the closing date of the synopsis. The following is a list of the key personnel, minimum requirements and the minimum number required for the IDC under this acquisition. These minimum requirements can be met utilizing in-house or consultants/subcontractors. Do not list a subcontractor as your firm's employee, as this will be cause for rejection of the SF330. Additional personnel other than the required will not be evaluated. Three (3) Facilitator / Certified Value Specialist(s) (CVS), Three (3) registered Civil Engineer(s), Three (3) registered Structural Engineer(s), Three (3) registered Architect(s), Three (3) registered Electrical Engineer(s), Three (3) registered Mechanical Engineer(s), One (1) registered Geotechnical Engineer, One (1) registered Environmental Engineer, One (1) LEED Accredited Professional, and Three (3) certified Cost Estimator(s) with MII experience. All personnel shall show five (5) years' experience, minimum, in their field of expertise within the recent ten (10) years. To show this experience, provide relevant projects, in section E, that span five years, minimum. For example, if the resume includes a project performed in March 2011 it shall include at least a second project performed in March 2015, or later, to demonstrate the five (5) years. Certified Value Specialist(s) shall have a current certification by SAVE International. Engineers and architects shall have a degree from an accredited university engineering or architectural program (ABET, NAAB). The cost estimator does not have to be a PE or registered architect. The cost estimator shall be certified by AACE, Tri- Services, or any of the nationally recognized cost estimating certification organizations. Provide a separate employee for each stated requirement above to meet the number required, no dual roles. The title of the roles on the resumes and organizational chart must match the required discipline. Do not submit additional personnel resumes in addition to those required. (c) Past Performance. In Section H, Part I, SF 330, provide past performance evaluations. The firms will be evaluated in terms of work quality, compliance to schedules, and cost controls, with emphasis on projects submitted under factor (a), as determined from the Past Performance Information Retrieval System (PPIRS) and other sources. Submit letters of commendation, awards, previous project evaluations, etc. to show past performance. The Government will retrieve the past performance evaluation for the Joint Venture if the offeror is a JV. If the JV has no past performance evaluation the past performance evaluation will be retrieved for each JV partner. Past performance evaluations will not be retrieved for the proposed subcontractors. (d) Capacity. In Section H, Part I, SF 330, describe the team's ability to hold and conduct up to three (3) workshop(s), concurrently, each at a separate location(s) designated by the Government within two (2) weeks of task order award, provide a written draft of the Value Engineering report within three weeks after completion of the conference or work group, and provide the final Value Engineering report no later than ten (10) days after receipt of comments on the draft report. The Government will also look at the overall capacity of the team based on the information provided in Part II of the SF 330. (e) Knowledge of Locality. In Section H, Part I, SF 330, describe the team's familiarity with the project location. Knowledge of an installation's requirements, local environmental regulations, soil conditions, and seismic requirements can affect the VE recommendations provided. Demonstrate familiarity with the SWF region of Texas, Louisiana, and New Mexico. The following items (f thru h) are the secondary criteria: (f) Volume of DoD Contract Awards. In Section H, Part I, SF 330, provide the volume of DOD contact awards, stated in dollars, for each firm for the past twelve (12) months (see details in subsequent paragraph 4(f)). Include the awards to all branch offices. The objective is to provide an equitable distribution of DoD A-E awards among qualified A-E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. List the project name, district, contract number, dollar amount, and the month/year of the award. (g) Geographic Proximity. In Section H, Part I, SF 330, provide the physical location of a firm in relation to the location of potential projects. The geographic location for this IDC is the Fort Worth District area of responsibility. (h) Utilization of Small Business Firms. In Section H, Part I, SF 330, provide a description of the prime and any subcontractor's affiliation as a small business. Per FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014), it is the policy of the United States that small business concerns, veteran- owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns shall have the maximum practicable opportunity to participate in performing contracts let by any Federal agency. The greater the participation, the greater the consideration. 4. SUBMITTAL REQUIREMENT: In an effort to reduce paperwork and cost, submit ALL SF 330s electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/safe/. At the AMRDEC SAFE website, select the link: For users without a CAC OR if your computer is not configured to read your CAC. Using this option will allow you to access the SAFE site as a guest. When completing the information for transmittal at the AMRDEC SAFE website, submit the notification to: CESWF-CT-PreawardProposal@usace.army.mil. (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit a SF 330 (8/2016 Edition) , for the prime firm and all consultants/subcontractors to the site stated above not later than 1:00 P.M. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 1:00 P.M. the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or in paper will NOT be accepted. Personal visits to discuss this announcement will not be allowed. (b) Submit a compiled SF 330, Part I, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm, and subcontractors) proposed for the IDC. Do not include company literature with the SF 330. (c) Use no smaller than 10 font type using Standard English. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Number the SF 330 to correspond to the paragraph numbers in this synopsis. Submit the SF 330's in searchable PDF format. (d) Organizational charts can be up to two (2) pages, if needed, on 8 � x 11 paper. SF330, Part I, ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service supplied by each firm. With the firm name provide whether the firm is small business and what type. (b) In Section D, include a Team Project Organization Chart to indicate how each firm on the proposed team (prime and each subcontractor is identified in Section C) integrates into the composite team. Job titles and organization chart must match the required discipline titles. (c) In Section E, provide brief resumes of the on-staff or subcontractor employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3(b). (d) In Section F, provide a minimum of two (2) but no more than five (5) projects for consideration. The description shall state whether the SAVE International format was used and whether ASTM E1699-14 and ER 11-1-321 were adhered to. Also describe the number of creative ideas, VE alternatives recommended, and implemented. Use no more than one page per project, (e) In Section G, Block 26, include the firm and location the person is associated with. List the names of all individuals included in the resumes in Section E in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable, and (f) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities, clarify planned capability, existing capability and prior experiences, if applicable. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. For Section 3 (f), provide an itemized summary of DoD contract awards to include Agency, Contract Number/Task Order No., Project Title and amount. (Note: award of Indefinite Delivery Contracts should not be counted as award amounts, only actual task orders) Generally, provide a brief presentation of internal controls and procedures that demonstrate the firm's overall Design Quality Management Plan (DQMP,) which provides sufficient information about this plan and clearly explains the ability of the firm to control costs, schedule and quality of work to be submitted to the Government. A project- specific detailed quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF330, PART II, ADDITIONAL INSTRUCTIONS (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, as well as for other offices of the prime and subcontractor offices proposed to perform the work, even if one is already on file. All Part IIs MUST be signed (signed within the past 36 months from the closing date of the synopsis) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II, if the firm is a Small Disadvantaged Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman- Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three (3) fiscal years must not exceed $15,000,000; (b) In Block No. 4, Part II, provide the Data Universal Numbering system (DUNS) number issued by 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. (c) Solicitation packages are not provided for this IDC and no additional project information will be given to firms during this announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Ms. Donna Jones: donna.l.jones@usace.army.mil and Technical - Ms. Rachel Guthmueller, PE: Rachel.Guthmueller@usace.army.mil. All questions must be submitted through the ProjNet System. OFFERORS QUESTIONS AND COMMENTS (a) Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. (b) To submit and review bid inquiry items, bidders 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 bidder 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) Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. (e) The Solicitation Number is: W9126G18R0203 (f) The Bidder Inquiry Key is: V8B5NX-YEMYRK (g) The Bidder Inquiry System will be closed to new inquiries seven (7) calendar days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. If the System is not closed in a timely manner, an inquiry posted within seven (7) calendar days of the scheduled receipt of proposals date will still be regarded as untimely and will not be afforded a substantive response. (h) Offerors are requested to review the specification in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. (i) The bidder call center Help Line operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 1-800-428-HELP (1-800-428-4357). (j) Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered you may e-mail: CESWF-CT-PreawardProposal@usace.army.mil. THIS IS NOT A REQUEST FOR PROPOSAL. � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/64210c309fb9486db232fa977f282ffd/view)
 
Place of Performance
Address: U.S. Army Corps of Engineer District, , FORT WORTH, TX 76102, USA
Zip Code: 76102
Country: USA
 
Record
SN05574096-F 20200229/200227230138 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.