Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2020 SAM #6926
SOLICITATION NOTICE

C -- Planning and Conceptual Design A-E Services

Notice Date
11/13/2020 9:02:05 AM
 
Notice Type
Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700021R0001
 
Response Due
12/11/2020 1:00:00 PM
 
Archive Date
12/26/2020
 
Point of Contact
Tiffany Cox, Phone: 719-333-0809, Amber Bridges, Phone: 719-333-3819
 
E-Mail Address
tiffany.cox.4@us.af.mil, amber.bridges@us.af.mil
(tiffany.cox.4@us.af.mil, amber.bridges@us.af.mil)
 
Description
REQUEST FOR QUALIFICATIONS (RFQ) FA700021R0001 FOR PLANNING AND CONCEPTUAL DESIGN ARCHITECT-ENGINEER (A-E) SERVICES 13 NOVEMBER 2020 UPDATE:� RFQ Questions and Answers uploaded. See�attached file ""Questions and Answers 01 - 13Nov20."" This announcement meets the requirement in the Federal Acquisition Regulation (FAR) 36.601 that the government shall publicly announce all requirements for architect-engineer services and negotiate contracts for these services based on the demonstrated competence and qualifications of prospective contractors to perform the services at fair and reasonable prices.� Architect/Engineer (A-E) services are required for the award of an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for conceptual design and master planning projects at the United States Air Force Academy (USAFA), Colorado. SMALL BUSINESS: �NAICS Code 541310 � Architectural Services � is applicable to this acquisition with a small business size standard of $8M.� This acquisition utilizes full and open competition with no set-aside. �The government anticipates awarding one contract, but reserves the right to award none, one, or more than one contract for A-E services to those who respond to this notice, including small business.� If a large business is selected for this contract, it shall furnish an acceptable subcontracting plan in accordance with (IAW) FAR Clauses 52.219-8 and 52.219-9 prior to contract award.� Large businesses are highly encouraged to include the greatest percentage possible of small business firms in their team composition.� The goals/targets for small business for this program are: Small Business: 15% of total awarded/obligated Small Disadvantaged Business:� 5 % of total subcontract Women Owned Small Business:� 5 % of total subcontract HUBZone Small Business:� 3 % of total subcontract Service Disabled Veteran Owned Small Business:� 3 % of total subcontract SCOPE OF WORK:� There is no general Statement of Work (SOW) for this IDIQ contract; project-specific SOW�s will be issued at the task order level.� This single-award IDIQ contract will require the selected firm to perform architectural and engineering services as defined by The Selection of Architects and Engineers Act in 40 United States Code (USC) 1102 and Public Law 92-582 (formerly known as the Brooks Act).� Title I and Other professional A-E services as defined in Air Force Instruction (AFI) 32-1023 are required to conceptually design and support facilities and programs of interest to USAFA, as well as accomplish Master Planning projects.� The work will not extend to technical design or production of construction documents. �The selected consultant team shall provide recommendations for the short and long term development and preservation of the installation. BACKGROUND AND FOCUS:� USAFA's planning program in the 1980�s and 1990�s benchmarked against leading institutions of higher education, mainly in Colorado, Washington, and California. Over the last two decades, USAFA strayed into a less education-oriented planning process.� Moving forward, USAFA requires a cohesive, innovative, comprehensive planning solution developed by a planning team experienced in academic master planning, incorporating new developments in pedagogy, holistic sustainability, historic preservation, spatial analysis, accessibility, livability, and walkability for future installation development. This focused, specialized contract will provide conceptual planning services that concentrate on USAFA's primary mission which is education, athletics, and training aimed at producing Air Force Officers with not only bachelor degrees, but also a high level of character and leadership development. DEFINITION:� Architectural and Engineering Services are defined as professional services of an architectural and engineering nature required to be performed or approved by a person licensed, registered, or certified to provide these services.� Architectural and engineering services include work associated with research, planning, development, design, construction, alteration or repair of real property, and other professional services. �The selected A-E firm and its sub-consultants will perform Title I (preliminary/concept designs) and Other A-E services as defined in Air Force Instruction (AFI) 32-1023 para. 2.2.3, with a focus on conceptual and master planning. PRIORITIES:� The top performance priorities for this contract are: Spatial analytics and definition of facility requirements to meet rapidly changing higher�education environments; Campus master planning; Visualization of planning efforts. The Prime offeror is required to have all three top performance priorities as in-house capabilities. CONSULTANT TEAMS:� Due to the breadth of additional disciplines required, offerors are encouraged to utilize a team approach.� The selected A-E prime consultant and its team shall demonstrate relevant expertise and experience providing the following: Extensive master planning experience in higher education environments to include academics, NCAA Division I athletic facilities, support facilities, and housing; Accessibility Standards (ADA), livability, walkability, and sustainability; Parking and transportation services and options; Campus circulation and connectivity; Environmental impacts; Utility infrastructure evaluation as it pertains to system capacity to support plan recommendations; Security and safety; Modernist architecture; Visualization through the use of computer generated perspectives and experiential technologies; Historic preservation of mid-century Modernist buildings; Sustainable recommendations such as energy efficiency, water demand reduction, waste management and erosion control measures; Airfield planning. APPLICABLE REGULATIONS:� The A-E Contractor will be required to comply with all industry standard codes.� These codes and regulations include but are not limited to:� International Building Codes (IBC), industry standards, Unified Facilities Criteria (UFC), Air Force Engineering Technical Letters (ETL), Anti-Terrorism/Force Protection (AT/FP) standards, State Historical Preservation Office (SHPO) requirements, Air Force Instructions (AFI), Manuals, Handbooks and other Publications, USAFA Design Standards including CAD/BIM/GIS (Attachment 3), applicable engineering design guides, planning requirements, and applicable drafting standards.� All contractor employees shall comply with the security requirements of the installation. CONTRACT TERM:� The A-E contract period of performance will include a five (5) year basic ordering period and a five (5) year optional ordering period. �Rates for the five-year base ordering period will be negotiated with the selected A-E firm prior to award. �Rate lists will be specified for each year in the ordering period.� Firm Fixed Price Task Orders will be negotiated for each project, based on the pre-negotiated price list. �The contract ceiling is $30,000,000 for the life of the contract (basic and option).� There is a minimum order guarantee of $25,000, which will be fulfilled at contract award.� If the government intends to exercise the five-year optional ordering period, preliminary written notice will be provided to the contractor along with a Request for Price Proposal (RFPP).� Mutually satisfactory rate lists for each year in the five-year optional ordering period will be agreed to prior to exercise of the option. TERMS AND CONDITIONS:� A list of contemplated provisions and clauses (Attachment 4) is attached to this Request for Qualifications (RFQ) for planning and informational purposes ONLY. �The government plans to include the listed provisions and clauses in any eventual Request for Price Proposal issued after evaluations are complete.� The government reserves the right to make additions, substitutions, and deletions to this list in developing the final contract. CONFLICTS OF INTEREST:� A contract awarded under this announcement is subject to the Organizational and Consultant Conflicts of Interest (OCI) requirements IAW FAR Subpart 9.5.� To avoid conflicts of interest, the A-E firm and its subsidiaries, affiliates, or associates will not be permitted to construct or repair any facility they have been selected to design unless agency approval is granted IAW FAR 36.209.� Firms are advised to review the referenced FAR Subparts and include a subsequent acknowledgement and statement of understanding of the requirement on Attachment 6 � Representations and Exceptions.� Failure to include this signed statement may make the offeror ineligible for further consideration for award. Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment (Section 889(a)(1)(B)). �Offerors shall complete the representation at FAR 52.204-24 on Attachment 6 � Representations and Exceptions.� The government preference is for an offeror that represents at FAR 52.204-24 that it ""does not"" use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services (see FAR 4.2103(a)(1)(i)).� If the offeror is unable to provide this representation, the offer may be ineligible for award and the government evaluation of that offeror may stop. EVALUATION and SELECTION CRITERIA: IAW FAR 36.601-3(b), selection of sources for contracts for A-E services are conducted utilizing the procedures in FAR subpart 36.6 rather than source selection procedures prescribed in FAR Parts 13, 14 and 15. �The primary factor in A-E selection is the determination of the most highly qualified firm. �This is based on the demonstrated competence, qualifications and other factors described in this RFQ, of prospective contractors to perform the services at fair and reasonable prices, as stated in FAR 36.6 and DFARS PGI 236.602-1, both of which implement 40 USC 1101, The Selection of Architects and Engineers Act, formerly known as the Brooks Act. Per FAR 36.602-1, agencies will evaluate each potential contractor in terms of its professional qualifications, specialized experience and technical competence in the type of work required, capacity to accomplish the work in the required time, past performance in terms of cost control, quality, and compliance with performance schedules, location in general geographical area of the project and knowledge of project locality, and other appropriate evaluation criteria.� Location is a secondary criteria. �All criteria listed will be utilized for this acquisition. �All evaluation criteria are significantly more important than price, as price is not being evaluated at this time.� The relative importance of each criteria is indicated by the points available for each criteria. �See A-E Selection Criteria and Process (Attachment 5) for criteria details and selection procedures. This is a competitive procedure conducted IAW FAR 36.601-2.� USAFA will convene an Initial Selection Board and a Final Selection Board, each consisting of government representatives. INSTRUCTIONS:� To be considered for award, the prime offeror shall submit a completed Standard Form 330 (SF 330), Parts I & II, summarizing their qualifications, experience and capabilities, which will be evaluated by a government board to determine the most highly qualified firm.� There is no Request for Price Proposal (RFPP) package to download at this time.� A-E firms which meet the requirements described in this announcement are invited to submit completed Standard Form (SF) 330, Architect-Engineer Qualifications (required). �The blank SF 330 is attached for offeror use (Attachment 1).� All information relating to the firm's qualifications shall be contained in the SF 330 (Part I & Part II), plus the government-provided Past Performance Form (Attachment 2).� Failure to provide requested data, accessible points of contact, or valid phone numbers/contact information could result in a firm being considered less qualified.� Interested A-E firms with the capabilities to perform the anticipated work shall electronically submit five (5) documents in their qualifications response.� All required documents shall be in Microsoft Word or Adobe .pdf file format.� No alternate file formats will be accepted.� Files shall be clearly named, beginning with the Offeror�s company name, then the document title, as detailed below.� Each offeror shall submit all of the following: Document 1: �A cover letter, no more than two (2) pages in length, addressing the Selection Criteria. Cover letter file name: Offeror.CoverLetter.pdf For Teaming Arrangements: �Cover letter shall include a list of all team members and a statement confirming executed teaming agreements are in place with all team members. Document 2:� One SF 330 Part I. SF 330 Part I file name:� Offeror.SF330PartI.pdf The SF 330 Part I submission shall be no more than 50 pages.� All pages in excess of 50, beginning with page 51, will be discarded. Part I, Blocks 10 and 11, firms with more than one office/location shall complete for each location that will be involved for this contract.� For Block 10, Address, include phone number and Dun and Bradstreet (DUNS) number. �For Block 11, Role in this Contract, clearly label which office will be the main branch for this contract. Part I, Block 17: �Current Professional Registration shall include state, discipline if any, and year. Part I, Block 23:� Include a customer point of contact and phone number for each project listed. Document 3: �One SF 330 Part II for the prime and one for each sub-consultant on the offeror team (no page limit). SF 330 Part II file name:� Offeror.SF330PartII.pdf Part II, Block 9:� Distinguish the number of total personnel in the firm. From that total, list the number of personnel for each discipline in each branch. Document 4:� One Past Performance Form (Attachment 2) for the prime offeror. Past Performance Form file name:� Offeror.PPForm.doc (or .pdf) Past Performance Form submission shall be no more than 8 pages.� All pages in excess of 8, beginning with page 9, will be discarded. Document 5:� One Representations and Exceptions Form (Attachment 6). Representations and Exceptions Form file name:� Offeror.RepForm.pdf Exceptions (if any) shall be clearly stated on the Representations and Exceptions Form. Document format. �Submittals shall be prepared using Standard English and written in a concise, yet clear and informative style. �Submittals shall use a minimum 11-point font and shall be single spaced utilizing the existing margins on the provided forms. Submissions may include color and shall be printable on standard 8.5 x 11 inch paper.� Each page face counts as one page.� Any cover sheet or title page inserted to separate sections of the SF 330 for clarity will not be counted against the Part I page count. IMPORTANT SUBMISSION INSTRUCTIONS:� No hard-copy or CD/DVD documents will be accepted or considered for award.� Offerors shall upload the required files to the secure file transfer portal at DOD Safe (safe.apps.mil).� In order to gain access to the portal, each interested offeror shall email a request for a portal link to all of the following government contracting personnel: Tiffany Cox, tiffany.cox.4@us.af.mil; Amber Bridges, amber.bridges@us.af.mil; Carol Mohr, carol.mohr@us.af.mil. Requests for links shall be received no later than 48 hours PRIOR TO the solicitation closing date and time.� A unique link to a secure, password-protected portal will be issued via system email to the requesting party. �Only submissions uploaded to the secure file transfer portal prior to the solicitation closing date and time will be accepted and considered on-time IAW FAR 15.208(b)(1).� Portal links/passwords remain active for 14 days from issue, but expiration of the link does NOT constitute solicitation closing date and time.� Offerors will receive email confirmation of proposal receipt.� Requests received less than 48 hours prior to the solicitation closing date and time will constitute a LATE proposal and a link will not be issued.� Interested firms should avoid waiting until the last minute to request a DOD Safe link.� If the requesting party does not receive a reply within a reasonable timeframe, contact the Contracting Office by telephone and/or email to verify receipt of the request for a DOD Safe link. Do not email proposals to the personnel above unless specifically directed in writing to do so.� In the event of website/system failure of DOD Safe, the government reserves the right to direct requesting parties to submit proposals via another electronic means.� If that were to occur, requesting parties would receive specific written instructions for alternate proposal submission. Offerors are required to meet all solicitation requirements, including terms and conditions, and representations and certifications, in addition to those identified as selection/evaluation criteria. Failure to meet a requirement may result in a firm being considered less qualified or an offeror being ineligible for award.� Proposals shall be complete, stand-alone, and respond directly to the requirements of this solicitation; alternate proposals will not be accepted. SAM/WAWF:� IAW FAR 4.1102(a) all firms interested in this announcement shall be registered with the System for Award Management (SAM) in order to receive a Federal contract award.� Register for SAM at: http://www.sam.gov.� Information on registration and annual confirmation requirements may be obtained by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414.� Firms not registered in SAM will be ineligible for award.� Firm shall also be willing and able to register in the Wide Area Work Flow (WAWF), the government invoice and payment processing system at time of award.� Register at: https://wawf.eb.mil. NOTICE TO OFFEROR(S): �Funds are not presently available for this effort. No award will be made under this solicitation until funds are available.� The government reserves the right to cancel this RFQ, either before or after the closing date.� In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs. QUESTIONS:� If you have questions regarding how to create a qualifications package in response to this notice, contact your local Procurement Technical Assistance Center (PTAC) which can be found at the following website https://www.dla.mil/SmallBusiness/PTAP/ or contact the Small Business Administration at https://www.sba.gov/.� If you have questions regarding this notice please contact Tiffany Cox at tiffany.cox.4@us.af.mil.� You must submit your question by email, with ""FA700021R0001 RFI"" in the subject line,�not later than 24 November 2020 at 2:00 PM Mountain Standard Time.� All questions and answers�will be posted as a Q&A amendment to the solicitation.� 5352.201-9101 Ombudsman 6/1/2016 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, Government Accountability Office (GAO) bid protests, requests for debriefings, employee-employer actions, contests of Office of Management and Budget (OMB) Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman: Mr. James Anderson, Senior Contracting Official 8110 Industrial Drive, STE 103,�USAFA, CO 80840 Telephone number 719-333-3829� �FAX 719-333-9018� �Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the� center/MAJCOM/ DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. ATTACHMENTS TO�THIS RFQ: Attachment������������������������������������������� ����������� Instruction������������������������������ Standard Form 330 ������������������������ ����������� Fill in and submit Past Performance Form ����������������� ����������� Fill in and submit CAD GIS Guidance ����������������������� ����������� Informational � Do not return Provisions and Clauses ������������������ ����������� Informational � Do not return Selection Criteria and Process ������� ����������� Informational � Do not return Representations and Exceptions ���������������� Fill in and submit
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7b396836d58b44ceb6d9c213c1b2fe14/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05852533-F 20201115/201113230138 (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.