Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
MODIFICATION

C -- Nebraska Architect/ Engineering 5 year IDIQ contract

Notice Date
5/15/2020 2:30:37 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W7NL USPFO ACTIVITY NEANG 155 LINCOLN NE 68524-1801 USA
 
ZIP Code
68524-1801
 
Solicitation Number
W9124320RMS01
 
Response Due
6/15/2020 2:00:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Matthew Sutton, Phone: 4023098254, Danielle A. Nuss, Phone: 4023098269
 
E-Mail Address
matthew.t.sutton3.mil@mail.mil, danielle.a.nuss.civ@mail.mil
(matthew.t.sutton3.mil@mail.mil, danielle.a.nuss.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A-E IDIQ - SYNOPSIS Solicitation: W91243-20-R-MS01 INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER (A-E) CONTRACT FOR THE NE USPFO NATIONAL GUARD IN SUPPORT OF THE AIR AND ARMY NATIONAL GUARD PROGRAMS THROUGHOUT THE STATE OF NEBRASKA CONTRACT INFORMATION: The NE National Guard is soliciting for Non- Personal Architect-Engineer (A-E) Services in accordance with Public Law 92-582 (Selection of A-E Statute) and Federal Acquisition Regulation (FAR) Part 36.� One contract will be solicited for a Small Business set-aside for a five year ordering period. The North American Industry Classification System (NAICS) code for this action is 541330. The Small Business size standard is $16.5M. Small businesses are encouraged to team with other businesses. The A-E firm must be capable of responding to and working on multiple task orders concurrently. As a result of this announcement, the NE National Guard intends to award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide A-E services in support of Air National Guard (ANG) and Army National Guard (ARNG) mission requirements located throughout Nebraska. These are not requirements contracts. The contract will consist of a five (5) year ordering period with a total contract ceiling of $8M for the entire program. Total contract period shall not exceed five (5) calendar years. The minimum total fee guaranteed to each contract awardee is $2,500.00. Order limitations are as follows: The Contractor is not obligated to honor (1) any order for a single item in excess of $2,500,000 or (2) any order for a combination of items in excess of $3M. Work will be issued by negotiated firm-fixed price task orders. Task orders will be primarily for projects with a construction value that typically result in an A-E task order less than $2,500,000. Projects to be designed are not yet determined and funds (except those reserved for the minimum fee guarantee) are not presently available. Selection of A-E firms is based on professional qualifications necessary for the performance of the required services (rather than competitive bidding procedures). All A-E firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and FAR 36.209 Construction Contracts with Architect-Engineer Firms. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. The wages and benefits of service employees (FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. PROJECT INFORMATION: Typical Work will involve a variety of investigative, design and construction monitoring services (Types A, B, and C services respectively). These services will be in accordance with applicable Army, Air Force and National Guard regulations/standards for facility design, construction and miscellaneous other services which include, but are not limited to:� Investigative, design and/or monitoring services for projects pertaining to repair, maintenance, alteration or new construction of facilities and aviation-related structures; scope development, design criteria and conceptual designs; feasibility and planning studies; field investigations; plans and specifications; historical preservation and archaeological services, studies and reports; topographic subsurface investigation and other surveys; anti-terrorism/force protection; space planning and interior design; construction cost estimating; quality control; asbestos and lead-based paint assessment and abatement; building evaluation reports; construction management; life safety studies; fire protection measures; life cycle cost analyses; landscaping design; miscellaneous design and problem analyses; independent technical review of product submittals; and on occasion, participation in peer review processes and source selection boards.� Designed projects shall incorporate but are not limited to applicable sustainable design methods and practices in accordance with ANG Sustainable Design and Development policies. DISCIPLINES:� The work will require primarily architectural; mechanical, electrical, civil and structural engineering; cost estimating; and specification writing services but may also necessitate, but is not limited to geotechnical, toning/subsurface mapping, environmental, industrial hygienist, fire protection, historic preservation and archaeological monitoring, surveying, space planner/interior designer, landscape architect or designer, construction manager/inspector, USGBC LEED accredited professional, and other disciplines with specialized experience.� Additionally, task orders may be issued for support services which require A-E Services as defined in FAR 2.101 SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). (A) Professional Qualifications necessary for satisfactory performance of required services; the selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Civil Engineer including Sanitary Engineer (2) Architect (3) Mechanical Engineer; (4) Electrical Engineer; (5) Structural Engineer; (6) Fire Protection Engineer (BS or MS in fire protection engineering from accredited institution, PE registration in related relevant field, NCEE or other qualifications as allowed by DoD Unified Facilities Criteria (UFC 3-600-01 Change 3, 01 March 2013, Chapter 1-5); (7) Communications Specialist; (8) Geotechnical Engineer; (9) Environmental Engineer; (10) Surveyor; (11) Cost Estimator; (cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, and PCEA. The firm's and/or consultant's Cost engineering or estimating specialist(s), must be specifically identified by name; and list the individual�s competence indicated by resume(s). If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E.) Resumes (Block E of the SF 330) must be provided for all disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm (B) Specialized Experience and Technical Competence in the type of work required, including, as appropriate, experience in sustainable design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (1) Experience in design of military projects, including production of programming documents, plans and specifications. (2) Design of government and commercial facilities. (3) Experience using automated cost estimating systems (Such as PACES). (4) Sustainable design experience (5) Technical Competence & Experience using DOD UFC and associated UFGS; (6) Technical competence and experience using the International Building Code (IBC); (7) Design and construction experience conforming to Department of Defense Antiterrorism/Force Protection Construction Standards and DOD Unified Facilities Criteria (UFC 4-010-01); (8) Engineering experience in preparing permit applications relating to construction projects with the various permitting agencies; (9) Performance of surveying and mapping in accordance with A/E/C CADD Standards and nondestructive techniques for locating underground utilities; (10) Experience with automated design tools such as CADD, design in accordance with UFC 3-101-01; (11) Demonstrate experience using project and program management tools such as Primavera, Expedition, SharePoint or similar systems; (12) Demonstrate experience in evaluating contractor's submittals and performing construction surveillance; (13) Demonstrate the ability to prepare supporting comprehensive master planning maps and plans using the latest versions of ESRI and ArcGIS; (14) Demonstrate experience in design and survey for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances; (15) Demonstrate experience with NEPA, it's process and requirements as well as preparation of required documentation; (16) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project design-to-cost control, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. To be considered relevant, all experience demonstrated shall be within five years of the date of this solicitation. (C) PAST PERFORMANCE: Firm must provide relevant past performance in the accomplishment of similar work. Firm must submit information for relevant contracts and subcontracts including the name, address, and telephone number of references. Relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span. Submit information for all relevant contracts and subcontracts started or completed within the past five (5) years measured from the date of award. Firms may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent similar contracts include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Past performance on contracts with Government agencies and private industry regarding quality, cost control and timeliness of work will be reviewed. Past DOD experience data available to the Government through Contractor Performance Assessment Reporting System (CPARS) will also be evaluated. Other credible, documented information on past performance should be considered, except for adverse performance information to which the firm has not had an opportunity to respond. ��� (D) Capacity to accomplish multiple task orders in the required time. (E) Knowledge of Location. Firms should have knowledge of the general geographical area of Nebraska Counties which encompasses four predominant project locations for the NE Air and Army National Guard, located in NE, as well as other areas throughout the State of NE along with recent experience with state laws. The majority of the design work will consist at the Air National Guard Base, Lincoln NE however the other locations where design work are listed but not limited to: Greenlief Training Site (GTS), Hastings NE, Camp Ashland Training Site (CATS), Ashland NE, Mead Training Site, Mead NE � (F) Tie Breakers: Equitable Distribution of DoD contracts awarded during the previous 12 months. Superior Performance Evaluations on recently completed DoD Contracts Extent to which potential contractors identify and commit to small business, to small disadvantaged business (SDB) if the NAICS Industry Subsector of the subcontracted effort is one in which use of an evaluation factor or subfactor for participation of SDB concerns is currently authorized (see FAR 19.201(b)), and to historically black college or university and minority institution performance as subcontractors. Geographic Proximity SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit two (2) completed and bound paper copies, and one (1) electronic Copy (CD) of their SF 330 (Architect-Engineer Qualifications) to: 2d Lt Matthew Sutton, Contracting Officer, NE ANG-(NE), 2420 W Butler Avenue Lincoln Municipal Airport, NE, 68524. SF 330, most current edition (https://www.gsa.gov/forms- library/architect-engineer-qualifications), must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number in Block 5 of the SF 330 PART I, Section B. Firms located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-888-253-1546 or via the Internet at http://www.dnb.com/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 75 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) or IDIQ contract with multiple Task Orders as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. A firm will not be considered if its� SF 330 Part I is not signed, unless the SF 330 Part I is accompanied with a signed cover letter or a current signed SF 330 Part II. If a firm does not submit a SF 330 Part II with its SF 330 Part I, or have one on file, it will not be considered (FAR 36.603(b)). This is not a request for price proposal. NOTE: To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime. Solicitation packages shall not be provided. SF 330s must be received no later than 4 pm CST on June 15th, 2020. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules for receipt of the SF 330s IAW FAR 15.208 will be followed for packages received after 4pm CST of 15 June 2020. Time on the closing date specified in this announcement. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be in person and will be scheduled approximately 30 days after receipt of submittal packages. All questions shall be in writing as outlined below. Phone calls and personal visits for the purpose of discussing this solicitation with ANG or ARNG contracting/project management and or engineering personnel are not allowed. To verify your proposal has been delivered, you may e-mail (matthew.t.sutton3.mil@mail.mil and usaf.ne.155-arw.list.fal-msc-contracting@mail.mil). If size permits, an electronic copy can be emailed to these addresses as well. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/portal/public/SAM. Hand delivered proposals will be accepted, however, coordinate with Matthew Sutton to coordinate access onto USPFO-NE. SUBMIT QUESTIONS ONLY TO: matthew.t.sutton3.mil@mail.mil No phone questions will be honored. Questions will be answered in writing and posted to a Questions and Answer document and posted to https://beta.sam.gov/. Contractors are encouraged to view the Q&A document BEFORE sending in question as it may already be answered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e36e6c1784ad4792b22676572b7b904c/view)
 
Place of Performance
Address: Lincoln, NE 68524, USA
Zip Code: 68524
Country: USA
 
Record
SN05658764-F 20200517/200516071011 (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.