Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
MODIFICATION

C -- INDEFINITE DELIVERY MULTI-DISCIPLINE ARCHITECT-ENGINEER CONTRACT, PRIMARILY VARIOUS LOCATIONS, ALASKA-UNRESTRICTED

Notice Date
6/22/2020 3:07:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB20R0009
 
Response Due
7/22/2020 3:00:00 PM
 
Archive Date
10/31/2020
 
Point of Contact
Theresa M Afrank, Contract Specialist, Phone: 907-753-2739, Fax: 907-753-2544, Michelle R Mandel, Phone: 9077532502, Fax: 9077532544
 
E-Mail Address
theresa.m.afrank@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(theresa.m.afrank@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
 
Description
(1) CONTRACT INFORMATION: This Indefinite Delivery multi-discipline contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Part 36 and the supplements thereto. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all businesses regardless of size.� North American Industrial Classification System code is 541310, which has a size standard of $8,000,000 in average annual receipts.� To receive award contractors must be registered in the System for Award Management (SAM).� Register via the SAM Internet site at https://www.sam.gov/SAM/. �The FY 2020 subcontracting goals for this contract are a minimum of 25% of the contractor's intended sub-contract amount be placed with small businesses, with 5% of that to small disadvantaged businesses, 3% to woman-owned small businesses, 1% to HUB Zone small businesses, and 1% to service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. � Anticipate award of three (3) multiple award task order contracts with a shared capacity of $36 million.� The contract type shall be indefinite delivery, firm fixed price over a term of 5 years. �Anticipated average task order range will be from $150K - $1M.� The maximum task order limit will be $12M.� When the conditions in FAR 19.502-2 are met at the time of order set-aside, and the specific program eligibility requirements, as appliable are also met, Task order set-asides for small businesses (totally or partially) will be discretionary.� All responders are advised that this contract may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized (See FAR 52.232-18). This solicitation does not guarantee work to the selected firm.� Award of the contracts are anticipated for the first quarter of FY 21. Telephonic interviews will be held with all of the most highly qualified firms. The allocation of requirements between all concurrent contracts will be based on a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities; c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance; e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders; h. Understanding of local factors geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc; l. Potential variability of work; m. Prohibition of designer performing construction (AE-construction); n. Ease of negotiation completion; and o. Available personnel. (2) PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided include: the design of new structures, the renovation of existing structures, studies to include life safety code compliance, interior design, programming studies, energy analysis, landscape architecture, technical reviews (on behalf of the government) of other AE developed products, construction phase services, commissioning services (LEED both Fundamental and Enhanced) and development of Design/Build RFPs. Design of utilidors, airfield pavement, and communication systems may be required but are incidental to facility design. AE may be required to provide master planning services such as: facility master planning for various federal customers such as Army and Air Force, Installation and Real Property Master Planning, facility allowance analysis, economic and market analysis, preparation of Installation Design Guides, MILCON DD Form 1391 development and other programming level analysis.� The AE and their subcontractors must have experience in cold regions design. The AE may be required to participate in programming, value engineering studies, design charrettes and project review conferences; participation may include facilitation, VE Study team, etc. The Government may require that designs be in metric and/or English systems of units. Products shall be produced to Corps of Engineers guidelines and specific formats as set forth by task order. �The firm must demonstrate the ability to: Provide models in Revit and provide drawings in AutoCAD (version as required by the project); use the latest version of M II (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS); provide draft DD Form 1354 for design task orders, Transfer and Acceptance of Military Real Property; provide electronic bid set (EBS) documents; use SPECSINTACT for all projects unless otherwise directed in the task order; have capability in Building Information Modeling (BIM). �Construction support services when required, include: participation in on-site partnering/pre-construction meetings; review construction contractor�s submittals for government approval and for information only; respond to contractor�s requests for information; participation in site visits and provide inspection reports at critical points of construction; participation in start-up and commissioning of the systems; attending warranty inspections; participation in lessons learned sessions; preparation of operations and maintenance support information manuals. The Government may require the AE to provide the Government Construction Management and Design Staff with Fundamental and Enhanced Commissioning Services for various projects. The Commissioning Services shall include individuals to serve as the Commissioning Authority on the project as described in the USGBC LEED Reference Guide, Energy and Atmosphere Prerequisite 1 and Credit 3. These persons will support the Government in verifying contract compliance regarding the design, construction and initial post-occupancy phase of the project delivery as it relates to enhanced commissioning.� The Commissioning Services shall also be capable of providing Total Building Commissioning. The Government may require the AE to prepare and review energy models prepared by others using DOE approved modeling software in accordance ASHRAE 90.1 Appendix G and UFC 3-400-01. The AE will be required to use the Dr. Check's design review and checking system (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks includes a web browser program, Windows Internet Explorer (Microsoft) version 11.0 or later is recommended; the web site is https://www.projnet.org/projnet/binKornHome/index.cfm. (3) LOCATION: Multi-discipline IDA-E Indefinite Delivery Multi-Discipline Architect-Engineer Contract, Primarily Various Locations in Alaska, but may be utilized outside Alaska on Wake Island on an exception basis. Facilities will generally be located in arctic, subarctic, and cold region environments � (4) SELECTION CRITERIA: The following selection criteria are listed in the descending order of importance. Criteria (A)-(E) below are primary selection criterion. Criteria (F)-(H) below are secondary and will only be used as tie breakers among technically equal firms. �Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 (Part II) (3/2013) for each subcontractor. � Primary Selection Criteria: (A) Professional Qualifications:� Minimum requirements for professional personnel in the following disciplines and at least two disciplines from item 1 below must be represented by prime contractor staff: (1) The following required disciplines with professional registration and 10 years post degree experience: �architects, mechanical, electrical, registered communications distribution designer (RCDD), fire protection, geotechnical, civil, and structural engineers; (2) The following required disciplines must include at least one individual: landscape architect, cost estimator, environmental engineer (asbestos/HTRW certified), facilitator, master planner, drafter, interior designer, LEED AP by USGBC, Certified Value Specialist (CVS) by SAVE, and specification writer (if specification writer is not a separate discipline, please clearly describe how specifications will be produced); and (3) Commissioning Authority Certified by AGC, NEBB, BCxA or TABB. The evaluation will consider education, certifications, training, registration, overall and relevant experience including cold climate experience, and longevity with the firm. (B) Specialized experience and technical competence in: (1) Design of new facilities in cold regions. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines.; (2) Design of facility renovations in cold regions; (3) Sustainable design; (4) Construction phase services in cold regions; (5) Preparing Design Build RFPs; (6) Commissioning; (7) Master planning and programming; (8) Technical review of products developed by others; (9) Design Charrettes; and (10) VE Studies � (C) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. (D) Capacity to maintain schedules and accomplish required work on three simultaneous task orders.� (E) Knowledge of locality. � Secondary Selection Criteria: Criteria F-H are secondary and will only be used as tie-breakers among technically equal firms: (F) Location of the firm in general geographical area of the projects and availability of AE staff to meet frequently with Corps personnel in the Alaska District Headquarters office in Anchorage, and construction Resident and Area offices in Anchorage and Fairbanks. � (G) Extent of participation of small businesses (SB), small disadvantaged business (SDB) concerns, women-owned small business (WOSB) concerns, HUBZone small business concerns and Service-Disabled Veteran-Owned small business (SDVOSB) concerns in the proposed contract team, measured as a percentage of the total estimated value of the acquisition, regardless of whether the SB, SDB, WOSB, HUBZone SB, or SDVOSB is a prime contractor, subcontractor, or joint venture partner, the greater the participation the greater the consideration. (H) Volume of DOD contract awards in the last 12 months. 5.� SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide TWO copies of the SF 330 as well as a CD copy, and must include the following additional information as indicated:� a) Part I, block C (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (30): address how your team meets each selection criterion.� Include an organization chart of the key personnel to be assigned to the project.� The 3/13edition of the SF 330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/portal/forms/download/116486.� Part I, block H (30) of the SF 330, describe the firm�s overall Design Quality Management Plan.� A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission.� Part I of the SF 330 must be submitted. It is preferred that Part II of the SF330 be submitted with Part I however, the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the SAM website. Offerors must mail or deliver SF330 packages to be received no later than the date and time stated on the Synopsis Notice. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal. Questions can be directed to the Contract Specialist/Contracting Officer listed below. No arrangements will be made by the government to assist in SF330 package delivery. Offerors are advised to plan accordingly. Day-pass procedures will not be used for delivery purposes nor are there pick-up services. No escort services will be provided. It is incumbent on the offeror to plan for unanticipated delays in delivery of SF330 package proposals. Due to heightened security at Government installations, visitors to the Elmendorf Air ForceBase (Joint Base Elmendorf-Richardson (JBER) as of 1 Oct 2010) must use the Boniface Gate or Fort Richardson Gate (Visitor Centers). All vehicle occupants are required to wear seatbelts and hand-held cell phone usage by vehicle operators while driving on base/post is prohibited. Violators will lose their Base/Post driving privileges for these offenses. For offerors who will have their SF 330 package hand-delivered, or use personal delivery services such as DHL, UPS or FedEx, the delivery must be by person, courier or personal delivery service with active base access. SF 330 packages will be received no later than the date and time stated on the Synopsis Notice or subsequent solicitation amendment at: Mailing Address: U.S. Army Corps of Engineers, Alaska District ATTN:� CEPOA-CT (Theresa Afrank, Rm 30) PO Box 6898 JBER, Alaska 99506-0898 Physical Address: U.S. Army Corps of Engineers, Alaska District ATTN:� CEPOA-CT (Theresa Afrank) 2204 3rd Street, Room 30 JBER, Alaska 99506 SF330 packages will be accepted in Room 30 during Alaska District Corps of Engineer business hours (7:30 AM to 4:30PM) Monday through Friday excluding holidays but not later than the date and time stated in this synopsis or subsequent solicitation amendment. Submitters are advised that the Alaska District Corps of Engineers building has limited access. Only the main door (in front under the Corps of Engineers red flag facing Talley Ave) and the atrium doors (the tan addition to the main building located on Third Street) are open to individuals without a building pass. Room 30 is located in the basement near the Locker and Shower area (turn right if using the main stairs or elevator).� The Packaging that contains the SF330 package shall be marked: ""Response to Solicitation Number: W911KB20R0009, DO NOT OPEN"" Contracting Division Point of Contact: Theresa Afrank, 907-753-2739 Email your questions to US Army Corps of Engineers, Alaska at: Primary Point of Contact:� Theresa Afrank Contract Specialist Theresa.m.afrank@usace.army.mil Secondary Point of Contact: Michelle Mandel Contacting Officer Michelle.r.mandel@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f98d61dfac9545a5820d4decbb364268/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN05698274-F 20200624/200623042651 (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.