Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOLICITATION NOTICE

C -- IA ARCHITECT ENGINEER (A-E) IDIQ

Notice Date
11/5/2020 10:33:57 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-21-R-0001
 
Response Due
11/19/2020 11:00:00 AM
 
Archive Date
07/31/2021
 
Point of Contact
Jeffery Kathman, Phone: 5152524446, Daniel W Collins, Phone: 5152524647
 
E-Mail Address
jeffery.l.kathman.civ@mail.mil, daniel.w.collins.mil@mail.mil
(jeffery.l.kathman.civ@mail.mil, daniel.w.collins.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER (A-E) CONTRACT FOR THE IOWA NATIONAL GUARD IN SUPPORT OF THE AIR AND ARMY NATIONAL GUARD PROGRAMS THROUGHOUT THE STATE OF IOWA CONTRACT INFORMATION: The Iowa 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 utilizing 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 $16,500,000. 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 Iowa National Guard intends to award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Architect?Engineer (A?E) Contracts for Planning, Engineering and Design Services. The primary purpose for this IDIQ is to support the 132d Wing located at the Des Moines Air Base, but may also be used to support other Army and Air National Guard facilities located within the geographical boundaries of the State of Iowa, when the Task Orders are issued by Authorized Federal Contracting Officers of the Iowa National Guard. These are not requirements contracts.� The contract will consist of a five (5) year ordering period with a total contract ceiling of $7,000,000 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 $1,500,000 or (2) any order for a combination of items in excess of $3,000,000. 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 $100,000.� 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. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. 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 Labor Standards. PROJECT INFORMATION: Under the contracts, the A?E services shall include, but not be limited to performance of planning, master planning, and program support; A?E investigative and design services including development of construction documents; construction support; engineering and environmental studies, National Environmental Policy Act (NEPA) documentation; investigations and surveys in support of the Iowa Air and Army National Guard Programs. Typical work may include, but is not specifically limited to: A. Project programming services; B. Master Planning Services; C. A?E investigative and feasibility studies services; D. Engineering and environmental studies, National Environmental Policy Act (NEPA) documentation; E. Development of performance based (with relationship diagrams) project/design documents for design-build projects; F. Design and Engineering services required for the preparation of plans, specifications, calculations, and cost estimates for construction projects; G. The development of cost management, quality control and quality assurance services; H. Construction inspection, testing and management services; I. Development of engineering standards; J. Preparations for design submissions; K. Technical, economic planning, environmental (clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products), value engineering and other studies, analyses, surveys, investigations, and reports; L. Value Engineering services; M. Permits, code review, and other local design requirements services; N. Commissioning services; and O. Comprehensive interior design. Services may include, but are not limited to, a wide variety of professional services in support of projects for administrative, industrial, and support facilities to meet the needs of the National Guard. Various projects may include services associated with National Guard installations/facilities, such as aircraft hangars, aircraft maintenance facilities, Cyber Operations facilities, Intelligence Surveillance Reconnaissance Facilities, Remotely Piloted Aircraft facilities, Distributed Training Operations center facilities, vehicle maintenance facilities, support equipment maintenance facilities, administrative offices, supply facilities, civil engineering facilities, dormitory buildings, training site facilities, readiness centers (armory), fire stations, security forces facilities, munitions maintenance and storage facilities, communications and electronic maintenance, mobility and aerial port facilities, dining facilities, medical facilities, roadways, military airfield pavements, site utilities, infrastructure, aircraft fuel storage and distribution systems, and other support facilities. 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) Project Manager� (2) Architect;� (3) Civil Engineer including Sanitary Engineer; (4) Mechanical Engineer; (5) Electrical Engineer; (6) Structural Engineer; (7) 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); (8) Interior Designer (registered architect with specialized experience in interior design and/or state registered interior designer and/or NCIDQ certified interior designer); (9) Communications Specialist (Registered Communications Distribution Design (RCDD)); (10) Geotechnical Engineer; (11) Environmental Engineer; (12) Corrosion Engineer (NACE Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist, or registered professional corrosion engineer) with a minimum of five years� experience; (13) Surveyor; (14) Landscape Architect; (15) 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 and his (their) 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.� Professional Qualifications which focuses on experience with individual construction task orders valued at less than $1,000,000 will receive additional consideration. NOTE:� Requirements set aside for Small Business must be in compliance with FAR 52.219-14 Limitations of Subcontracting, whereby �Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.� Any work that a similarly situated entity further subcontracts will count toward the prime contractor�s 50 percent subcontract amount that cannot be exceeded.� When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract.� Other direct costs are excluded to the extent they are not the principal purpose of the contract and cannot be obtained from small business concerns.� (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) Demonstrated estimated experience from the design estimate to bid cost; (4) Sustainable design experience in utilizing UFC 1?200?02, High Performance and Sustainable Building Requirements or Leadership in Energy and Environmental Design (LEED) rating tools and/or the Guiding Principles Assessment from Green Business Certification Inc. (GBCI). (Those firms that have certified projects, registered projects, accredited professionals, and show experience in sustainable design/certification process will be rated more favorably. It is strongly encouraged that all disciplines have at least one Accredited Professional on the design team); (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; (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; (14) Demonstrate experience with preparing the technical portions of a Design Build Request for Proposal package for performance based design build; (15) Demonstrate experience in design and survey for abatement of asbestos, lead-based paint, and the handling/disposal of other toxic and regulated substances; (16) Demonstrate experience with NEPA, it's process and requirements as well as preparation of required documentation; (17) 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. Provide bid cost vs final construction cost for construction projects valued at less than $1,000,000.� Explain increase in excess of 2%. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. To be considered relevant, all experience demonstrated shall be within five years of the date of this solicitation. Specialized Experience & Technical Competence which demonstrate experience, with designing construction projects valued at less than $1,000,000, will receive additional consideration. (C) Capacity to accomplish multiple task orders in the required time. Firms that demonstrate the capacity to design at least four construction projects, with and estimated construction valued of $1,000,000 or less, simultaneously will receive additional consideration. (D) 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, schedule, cost control, management and other areas 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. (E) Knowledge of the locality of the project areas within the State of Iowa. All contract work is to be performed within the State of Iowa.� Address specific knowledge of Des Moines, IA topography and soil conditions, weather conditions, and knowledge of State of Iowa local building codes and practices. (F) Tie Breakers:� After the interviews/presentations if two or more firms are technically equal, the following secondary criteria may be used as ""tie-breakers"" for the final ranking of firms. 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: Mr. Mark L. Thompson, Contracting Officer, USPFO-IA, 7105 NW 70th Ave, Johnston, IA 50131-1824.� SF 330, must 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. 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. A-E firm should select projects that will clearly demonstrate their ability to design multiple projects valued at less than $1,000,000 simultaneously (For Example: an A-E may provide the project information for two or three projects completed against an IDIQ type contract.) 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 1:00 P.M. Central Time on 19 November 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 1:00 P.M., Central 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 to 45 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 daniel.w.collins.mil@mail.mil and/or jeffery.l.kathman.civ@mail.mil. 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 Mr. Daniel W. Collins and/or Jeffery L. Kathman to coordinate access onto USPFO-IA. SUBMIT QUESTIONS ONLY TO:� Please submit questions to daniel.w.collins.mil@mail.mil, jeffery.l.kathman.civ@mail.mil, and mark.l.thompson10.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/75bbc6790b4c4f439320dd959fdbf946/view)
 
Place of Performance
Address: Des Moines, IA 50321, USA
Zip Code: 50321
Country: USA
 
Record
SN05846901-F 20201107/201105230142 (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.