Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

C -- National Grape Improvement Center, Agricultural Research Services (ARS) for the United States Department of Agriculture (USDA)

Notice Date
5/14/2020 8:10:09 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20R0035
 
Response Due
5/26/2020 7:00:00 AM
 
Archive Date
06/10/2020
 
Point of Contact
John Butts, Phone: 5025136591, Heather Bauer, Phone: 502-315-6192
 
E-Mail Address
john.c.butts@usace.army.mil, heather.d.bauer@usace.army.mil
(john.c.butts@usace.army.mil, heather.d.bauer@usace.army.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �**********Amendment 0001********** Amendment 0001 is to attach Form A Project Detail sheet) (Example) and Form B Past Performance Questionaire (PPQ) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �*********Amendment 0001*********** � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �*********Amendment 0002*********** This amendment is issued to revise section 3.) Selection Criteria, ""Offerers must submit all documents through DoD SAFE (see below for instructions)"". Offerers will not be required to submit hard copies/CE-ROM for this project. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �***********Amendment 0002************** 1.) SYNOPSIS:� This announcement is open to all businesses regardless of size. The NAICS code for this procurement is 541330. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect-Engineer services primarily to design a facility through the preparation of plans and specifications that will provide specialty research greenhouses, unique laboratory spaces and office space for research and collaboration to be utilized by the partnership between the United States Department of Agriculture (USDA) and Cornell University.� The USDA has many research sites nationwide that include collaborative partnerships with universities. The USDA has a long term strategic partnership with Cornell University and as part of this partnership, the USDA is going to design and construct an approximately 85,000 SF facility that will consist of laboratory and office facilities as well as research greenhouse space. The facility will provide space for the grape genetic research program which is a significant economic driver for the grape and wine industry. The facility will be located on the USDA-Cornell University AgriTech campus in Geneva, New York. The design contract will require full design services, solicitation assistance, and construction phase services. It is the Government�s intention to award a Single Award Task Order Contract (SATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for professional A/E services with a five (5) year period of performance and a maximum dollar value of $15 Million over the life of the contract. � Contracts awarded as a result of this announcement will be administered by the Louisville District.� In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders prior to construction award will receive a single, combined performance evaluation. Furthermore, all task orders issued after construction award will receive a combined performance evaluation for a planned total of two performance evaluations.� A performance evaluation may be prepared for any individual task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services. � 2.) PROJECT INFORMATION:� The type of services to be performed under the scope of this contract consists of planning, studies, surveys, testing, design, construction cost estimates, construction scheduling, sustainable and innovative design approaches, and other similar activities related to design and construction for the Agricultural Research Services (ARS) for the United States Department of Agriculture (USDA) National Grape Improvement Center at the Cornell Agritech campus in Geneva, New York. The project includes office/laboratory and research greenhouse facilities.� These services may include, but are not limited to the following: Engineering and Architectural services in support of the following design and construction support activities: Project Siting Technical Studies/Analysis Space Planning and Project Requirement Determination Assistance Planning Charrettes and Design Charrettes Surveying Geotechnical and Geophysical Subsurface Investigations Building Information Modeling (BIM) development and/or CAD Design Analysis/Basis of Design Sustainable Design Value Engineering Drawing Development Specification Development Cost Estimating Construction Scheduling Assistance During Solicitation Commissioning and Enhanced Commissioning Review of submittals during construction Review of requests for information during construction � Project-specific requirements will be described in each individual task order�s Statement of Work.� 3.)� SELECTION CRITERIA: The selection criteria in descending order of importance are listed below.� Specialized Experience/Past Performance (Sections E, F and G from the submitted SF330) Design Quality Management Plan (Section D and H from the submitted SF330) Submission Requirements:� Offerors must submit all documents through DoD SAFE (see below for instructions) to include�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 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 50 pages in length (excluding the SF 330, Part IIs). Resumes in Section E can be no more than two pages in length, and individual projects in Section F can be no more than three pages in length. Section H shall be 10 pages or less in length and shall include the requested information as part of this solicitation. Any additional information included in the proposal not specifically required may not be evaluated or considered. Each printed side of a page will count as one page. Dividers, bindings and cover sheets do not count against the total page count of the response to the RFP.� 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. Offerors can submit a folded 11�x 17� organizational chart as part of their submission. This will be considered only one page of their submission. SF330 Section E: Offerors shall only provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 through 4.� Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed i n their respective role (i.e. project manager, architect designer, etc.) on projects similar to this solicitation; this shall be demonstrated in Block 19. Proposals that strongly demonstrate, in lieu of just listing, the specialized experience and technical competence will be evaluated more favorably. For all designer roles, the resume shall clearly indicate features of work of the project for which the individual was the legal designer of record. Project Manager, Registered Architect or Professional Engineer, Indicate years of experience leading multidisciplinary teams (Architect, Civil/Site, Mechanical, Electrical, Plumbing, Structural) in vertical construction projects. Lead Architect/Designer, Registered Architect Lead Structural Engineer, Registered Professional Engineer Lead Mechanical Engineer, Registered Professional Engineer SF330 Section F: In this section, the offeror shall provide up to five (5) previous projects which are similar in size and/or scope to this solicitation.� Offerors may use the examples of format that are included at the end of this document or they may use their own format.� However, at a minimum, the information that is indicated on the example forms must be clearly presented on any project detail sheet that is used.� Projects included in SF330 Section F will be considered more relevant if construction is substantially complete, and projects that achieved substantial completion more recently will be considered more relevant.� Substantially complete is defined as a construction project when the project and/or facility can be used for its intended purposes.� Projects considered similar in scope to this project include complex agricultural research facilities such as greenhouses and headhouses, large laboratory facilities and medical office buildings with spaces for medical research. Projects considered similar in size to this project include projects similar in scope that contain 40,000 Square Feet (SF) of total space with 10,000 SF of laboratory/research space. Of the up to five projects included in SF330 Section F, a minimum of two must be fully designed by the offeror. Base MATOC or IDIQ contract awards may not be used as projects, only individual task orders that resulted in actual design effort from these base MATOC and IDIQ contracts may be used. For all projects included in Section F, the offeror must indicate what percentage by dollar value of the overall work was self-performed by the team being submitted as a part of this SF330. This percentage shall only include the work that was performed by individuals who were employed by the firms listed in this SF330, even if the work was performed as a part of a joint-venture or a team of A-E contractors. Also in Section F, the offeror shall indicate at least one (1) reference for each project that was identified for project specialized experience/past performance.� Reference information must include project name, location, at least one point of contact, telephone number, and email address (for the point of contact).� Also include any ratings, letters, awards, etc. that support past performance on these projects.� Past Performance Questionnaires attached to this document are provided as an example of the information that shall be provided by the Offeror to identify business references that can be contacted for the purpose of verifying past performance.� A blank Past Performance Questionnaire Template is attached for your convenience and reference.� If used, the Past Performance Questionnaire must be submitted by the offeror with the proposal submission and not sent directly to the agency from the reference.� Performance evaluation information will not be counted against the page limits previously stated.� SF330 Section G: It is acceptable for Section G to be 11�x17�. SF330 Section H: In SF330 Section H, each offeror shall produce a detailed Design Quality Management Plan including the following items: An explanation of the firm's project specific management approach.� This would include an explanation of the firm�s management of sub-consultants (if applicable). Design Quality Control procedures for the completion of plans, specification, design analysis and electronic documents Risk management and mitigation processes, procedures to ensure that internal resources are not over committed.� This could include a discussion of project specific risks and potential mitigation processes that might be utilized to manage those risks. Procedures for performing planning and/or design charrette. In SF 330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP.� The number of pages of the Small Business Small disadvantaged Business Plan do not count against the total page count for the response to the RFP. Evaluation Criteria Content and Rating.� Proposals shall be specific and complete in every detail and shall contain the information necessary to properly assess and evaluate the Contractor's capability to perform the specified contract services, based upon the following factors: Specialized Experience/Past Performance Design Quality Management Plan The information provided on the SF330s will be used to evaluate each Offeror�s proposal.� The Government will evaluate the proposals in accordance with the criteria described herein, and award an Indefinite Delivery Indefinite Contract (IDIQ) contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and who is deemed the most highly qualified.� Task orders will be negotiated against the IDIQ contract.� Proposals will be evaluated in accordance with the factors contained in the following paragraphs.� Specialized Experience/Past Performance. �Offerors will be evaluated on the following:� The Source Selection Evaluation Board (SSEB) will evaluate the relevancy of the submitted projects in comparison to the project description for this solicitation.� Projects that are determined to be very relevant will receive more consideration than projects that are considered to only be somewhat relevant.� The government will also evaluate how well the offeror performed on the projects that were submitted as evidence of specialized experience/past performance.� The Government reserves the right to check any or all cited references to verify supplied information and to assess owner satisfaction.� The Government also reserves the right to not contact the provided references.� In addition to the information submitted by the offeror, the Government reserves the right to review any other sources of relevant information for evaluating past performance, including projects other than those submitted by the offeror.� The Government will, at a minimum, review past performance information retrieved through the Contractor Performance Assessment Reporting System (CPARS), using all CAGE/Unique Entity Identifier numbers.� Other sources may include, but are not limited to, past performance information retrieved from inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the offeror. The Government will consider information in the Past Performance Questionnaires completed by personnel for whom the Offeror has performed work, and any information obtained from other sources.� Evaluation of specialized experience/past performance will be based on subjective assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance.� The Government's conclusions about the overall quality of the Offeror's past performance may influence the selection of the proposal. Offerors may receive additional consideration if they have successfully completed previous design experience work with either the USDA or the USACE.� Offerors may also receive additional consideration for professionals identified in Section E. that have worked previously on any of the submitted projects from Section F.� Offerors that demonstrate experience with planning and/or design charrettes, especially on projects that involve scientific research or construction project in a University setting may receive additional consideration. NOTE:� For purposes of evaluating past performance, the Prime Contractor is defined as the contractor identified in Block 17a of the Standard Form 1449. Design Quality Management Plan. Offerors will be evaluated on the following: Design Quality Management Plan narratives will be evaluated based on the level of understanding of the design process and the involvement the lead designers will have in the management, oversight, control, and coordination of the design work performed during the design of the project. Narratives that demonstrate a clear understanding of the design process involved in agricultural research facilities and provide a thorough approach for successfully managing the specialized requirements for agricultural research facilities may receive additional consideration by the SSEB.� The offeror�s organizational chart will be evaluated based on the clarity, adequacy, and capabilities for successfully managing the solicited project. Evaluation Process The SSEB will be comprised of representatives of the Corps of Engineers, User/Customer, and other required personnel.� Offerors are advised that the evaluation and rating of proposals will be conducted in strict confidence.� Reviews of non-price factors will be conducted prior to any rates or pricing being submitted.� The number and identities of offerors will not be revealed to anyone who is not involved in the evaluation and award process or to other offerors. 4.)� SUBMISSION REQUIREMENTS: ALL SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE.� No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army�s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil).� The DOD SAFE Application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for SAFE. Authentication is handled via email. Anyone has access to DOD SAFE, and the application is available for use by anyone. The SAFE �Getting Started Guide� has information on how to utilize the system (https://safe.apps.mil/about.php).� Instructions for uploading are as follows: Send an email to the Contracting Officer and Contract Specialist to receive the link to drop off your proposal. This will need to be completed five (5) business days prior to proposal due date. John Butts, Contract Specialist at john.c.butts@usace.army.mil Heather Bauer, Contracting Officer at heather.d.bauer@usace.army.mil You will receive an email with the link to submit your drop-off. The link will be provided no later than two (2) business days prior to the proposal due date. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W912QR20R0035-FIRMNAME. Click Upload button to send documents. Guest users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required). File Size Limitations: Offerors are advised to follow the DOD SAFE instructions for uploading files. DOD SAFE supports delivery up to 8GB.� If needed, Offerors are advised to break the files down into smaller sections in order to upload it to the system.� In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below. File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention: W912QR20R0035-FIRMNAME Each file name shall begin with the solicitation number followed by the firm�s name and a brief file description. Please see examples above. File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 10 or larger. Pages shall be letter sized (larger page sizes (such as 11x17 fold-outs, etc.) will be counted as two pages. Proposals shall be in a narrative format, organized and titled so that each section of the proposal follows the order and format of the factors.� Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented. �Information pertaining to more than one evaluation factor should be repeated in the each section for each factor. Upload Completion & Deadline: Interested parties shall submit responses no later than the date specified on the solicitation document.� The time & date of proposal receipt will be the upload completion / delivery time & date recorded within DOD SAFE site.� Do not assume that electronic submission will occur instantaneously.� Large files (e.g. 10MB or more) will take some time to upload.� Offerors should time their upload effort with prudence by not waiting until the last few minutes�this will allow for unexpected delays in the transmittal process.� Offerors are encouraged to keep a copy of the upload confirmation for their record.� Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208. Electronic Files: Files shall be in their native format (i.e. doc, xls, ppt, etc.), or if in pdf format, shall be in searchable text.� Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulas should be unlocked).� Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision �FAR 52.215-1, Instructions to Offerors � Competitive Acquisition (Jan 2017),� subparagraph (e).� The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations. 5.) SYSTEM FOR AWARD MANAGEMENT: To be eligible for award, a firm must have a Unique Entity Identifier (formerly DUNS Number) and be registered in the System for Award Management (SAM) database, via the SAM Internet site at�https://www.sam.gov.��Central Contractor Registration (CCR) and ORCA are now available through the System for Award Management (SAM). �Training tools are available on the SAM website to help you get familiar with SAM. �Start by going to�www.sam.gov, and then click on the SAM HELP tab. �Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. �These guides can also be viewed on�http://www.acquisition.gov.��Please identify the Unique Entity Identifier (formerly DUNS Number) of the office(s) performing the work in Block 5 of the SF 330, Part I. �Unique Entity Identifier (formerly DUNS Number) may be obtained by contacting (866) 705-5711, or via the internet at�http://fedgov.dnb.com/webform. 6.)� OFFERER�S QUESTIONS AND COMMENTS: Contracting point of contact:� John Butts at (502)-315-6591, email address john.c.butts@usace.army.mil 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.��As noted below, offerors shall not submit their proposals via ProjNet. �Offerors shall submit their proposals in accordance with the provisions stated in the solicitation. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. Project:� W912QR20R0035; National Grape Improvement Center, Agricultural Research Services (ARS) for the United States Department of Agriculture (USDA) Quick Add Key:� MF9A9F-38SKVX Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 1. For future access to ProjNet, you will not be emailed any type of password. �You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Select Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. �Once this is completed you are now logged into the system. From this page you may view all bidder inquiries or add an inquiry. � 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. � Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. � The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago).� The telephone number for the Call Center is 800-428-HELP. � Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids/proposals. NOTES: 1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the Presolicitation notice. �Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the Presolicitation notice. 2. Government responses to technical inquiries and questions relating to proposal procedures that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on beta.SAM.gov. �In the case of any conflicts, the last posted notice or, if applicable, amendment posted to beta.SAM.gov governs. �Any changes or revisions to the Presolicitation notice will be issued on beta.SAM.gov. 3. The ability to enter technical inquiries and questions relating to proposal procedures will be disabled ten (10) calendar days prior to the closing date stated in the solicitation. �No Government responses will be entered into the ProjNet system within five (5) calendar days prior to the closing date stated in the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f31eeff7ad1d44859cb5953167420338/view)
 
Place of Performance
Address: Geneva, NY 14456, USA
Zip Code: 14456
Country: USA
 
Record
SN05657387-F 20200516/200514230153 (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.