Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2020 SAM #6832
SOLICITATION NOTICE

C -- Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (Total Building Commissioning CxG and CxD) Not-To-Exceed $9.9M for the Miscellaneous Projects for the U.S. Army Corp of Engineers (USACE) Honolulu District

Notice Date
8/11/2020 5:55:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858-5440 USA
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A20R0018
 
Response Due
8/24/2020 5:00:00 PM
 
Archive Date
09/08/2020
 
Point of Contact
Raymond Greenheck, Phone: 8088354380, Laura Temple, Phone: 8088354378
 
E-Mail Address
Raymond.R.Greenheck@usace.army.mil, Laura.D.Temple@usace.army.mil
(Raymond.R.Greenheck@usace.army.mil, Laura.D.Temple@usace.army.mil)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Description
1.� CONTRACT INFORMATION:� Architect-Engineer (Total Building Commissioning CxG and CxD) 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 in the USACE Honolulu District (POH) area of responsibility (AOR).� The POH AOR includes the State of Hawaii, territories of Guam, Commonwealth of the Northern Mariana Islands (CNMI), Federal States of Micronesia (FSM), American Samoa, and Kwajalein Atoll, Republic of the Marshall Islands. Indefinite delivery contracts will be negotiated and awarded with a base period of five (5) years with no option periods. 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 $9,900,000. The Government obligates itself to obtain no less than $2,000 in services. The contracts are anticipated to be awarded in January 2021. 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 $15 million in average annual receipts.� In compliance with DFARS 219.502-1, this requirement is a 100% set aside for Service Disabled Veteran Owned Small Business entities. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database.� For instruction on registering with SAM see the SAM website at https://www.sam.gov/. 2.� PROJECT INFORMATION:� Work primarily includes, but is not limited to, Total Building Commissioning (TBCx) Services in accordance with Engineering Regulation (ER) 1110-345-723 Total Building Commissioning Procedures, Engineering and Construction Bulletin (ECB) 2015-6, Unified Facilities Guide Specifications (UFGS) Section 01 91 00.15 Total Building Commissioning, Unified Facilities Criteria (UFC) 1-200-02 High Performance and Sustainable Building Requirements, and all applicable criteria.� The A-E shall provide Commissioning Specialist for the Government (CxG), and Commissioning Specialist for the Design Phase (CxD).� The CxG shall have expertise in the commissioning of facilities of type of similar scope and complexity comparable to the individual project, and is responsible representing the Government in providing Government oversight during the commissioning process (design and construction phases).� (Note: The CxG is not acting as an agent of the Government and does not have authority to change the scope of work. All changes shall be coordinated through the Contracting Officer�s Representative and Contracting Officer.)� The CxD shall have expertise in the commissioning process for facilities of a scope and complexity comparable to the individual project, and is responsible for the commissioning activities during the design phase.� Computer-aided drafting (CAD), format of CAD products, understanding and compliance with Architectural/Engineering/Construction (A/E/C) standards will be required. Building Information Modeling may be required. Selected projects may require metric units. The prime contractor must have capability in Total Building Commissioning Services and Design.� Collectively as a team, the prime contractor and/or its sub-consultants must have capability in the following disciplines: Total Building Commissioning � CxG Total Building Commissioning for Design Phase� CxD Architecture Interior Design Structural Engineering Civil Engineering Mechanical Engineering Fire Protection/Life Safety Engineering Electrical Engineering Telecommunications Geotechnical Engineering Topographic Surveying Environmental Engineering Cost Estimating Specification Writing/Typist Project Management CADD Opperator 3.� SELECTION CRITERIA:� The PRIMARY selection criteria listed in descending order of importance are (first by major criterion and then by each sub-criterion): (a) Specialized experience and technical qualifications. The evaluation will consider the offeror's specialized experience in the performance and management of the engineering services described in paragraph 2, Project Information; (b) Professional qualifications of the firm's staff/consultants to be assigned to the projects. The evaluation will consider the education, training, registration and overall relevant experience of the team's key management and technical personnel.��� �(c) Past Performance of the firm for similar work. The evaluation will consider all past performance of the prime A-E contractor as documented in the Contractor Performance Assessment Reporting System (CPARS), as well as other sources of past performance information. (d) Capacity of the firm to accomplish work in the required time. (e) Knowledge of the locality of the projects. The evaluation will consider the offeror's familiarity with the site conditions in Hawaii and the Pacific Region.� SECONDARY selection criteria, to be used as �tie-breakers� among technically equal firms, are listed in descending order of importance as follows: (f) Geographic proximity in relation to the location of the work. (g) Volume of recent DoD contract awards.� Evaluation Rating Criteria: (a) Specialized experience and technical qualifications 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 include:� Commissioning Specialist for the Government (CxG), Commissioning Specialist for the Design Phase (CxD), Project Manager, Architect, Interior Designer, Structural Engineer, Mechanic Engineer, Fire Protection Engineer, Electrical Engineer, Registered Communication Distribution Designer, Civil Engineer, Geotechnical Engineer, Environmental Engineer, Commissioning Authority, Certified Value Specialist, CADD Operator, Licensed Professional Land Surveyor (LPLS), Cost Engineer. �For purposes of selection criteria, the use of the term ""registered"" or �licensed� means a Registered Architect, Professional Engineer or Land Surveyor that is registered to practice in the particular discipline in a State, the District of Columbia, or an outlying area of the United States.� (b) Professional qualifications of the firm's staff/consultants to be assigned to the projects. The SF330�s submitted for factor (a) above shall demonstrate the individuals meet the following minimum requirements for each discipline listed below: COMMISSIONING SPECIALIST � CxG and CxD CxA certification from either AABC, ACG, AEE, BCxA, BET, NEBB, TABB, ASHRAE, or University of Wisconsin-Madison. Minimum 5 years CxA experience. U.S. REGISTERED ARCHITECTS CERTIFIED INTERIOR DESIGNER U.S. REGISTERED STUCTURAL ENGINEERS U.S. REGISTERED CIVIL ENGINEERS U.S. REGISTERED MECHANICAL ENGINEERS U.S. REGISTERED FIRE PROTECTION ENGINEERS U.S. REGISTERED ELECTRICAL ENGINEERS U.S. REGISTERED COMMUNICATION DISTRIBUTION DESIGNERS (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have current active RCCD registration. U.S. REGISTERED GEOTECHNICAL ENGINEERS U.S. REGISTERED SURVEYORS. Licensed Professional Land Surveyor (LPLS) U.S. REGISTERED ENVIRONMENTAL ENGINEERS COST ENGINEER (At least ten (10) years cost estimating experience and be a Certified Cost Consultant (CCC) or Certified Cost Professional (CCP) as certified by the AACE. Demonstrate experience in use of MII software) CERTIFIED VALUE SPECIALIST (CVS certified) Project Manager (U.S. Registered Architect or Engineer) CAD OPERATORS/TECHNICIANS with �experience in CAD and 3D Building Information Modeling (BIM) (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 subconsultants may also be considered.� The evaluation will also consider past performance information from other sources.� The relevancy of past performance information will be considered. �The more relevant the information, the more weight it carries.� NOTE: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorable or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the Government will determine the Offeror to have an �Unknown� past performance. In the context of acceptability / unacceptability for past performance, �Unknown� shall be considered �Acceptable.� 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. (d) �Capacity of the firm to accomplish work in the required time. Firms will be evaluated on their capacity to accomplish multiple task orders simultaneously in multiple locations. Capacity shall be demonstrated by multiple professional services such as electrical engineering and telecommunications engineering for various projects concurrently. Completion within the project schedule validates the engagement of sufficient and efficient staff and subcontractors. � (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 �tie-breakers� 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, the closer the higher the rating.� � (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. �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 August 24, 2020 2:00PM Hawaii Standard Time.� Specific detail regarding the content of the SF330 is provided in the preceding paragraphs.� No more than five (5) example projects shall be listed in Section F of the SF330.� An Indefinite Delivery Contract (IDC) listed in Section F will not qualify as a project; however, individual projects (no more than 2) awarded as IDC task orders will be considered.� Additional example projects, if listed in Section H, will not be evaluated.� SF330s will be sent to: U.S. ARMY CORPS OF ENGINEERS HONOLULU DISTRICT ATTN: CONTRACTING DIVISION BUILDING 230 FORT SHAFTER, HAWAII� 96858-5440.� Request for Proposal No. W9128A20R0008 shall be utilized to solicit a 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/46d1238f9dfe4347a891e9ccfe670dc9/view)
 
Place of Performance
Address: Fort Shafter, HI 96858, USA
Zip Code: 96858
Country: USA
 
Record
SN05752772-F 20200813/200811230144 (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.