Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

C -- Joint Base Langley-Eustis VA Architect and Engineer (A-E) Services - Request for SF330 A-E Qualifications Packages

Notice Date
1/12/2021 5:03:23 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
FA4800 633 CONS PKP LANGLEY AFB VA 23665 USA
 
ZIP Code
23665
 
Solicitation Number
FA4800-JBLE-AE
 
Response Due
1/22/2021 11:00:00 AM
 
Archive Date
02/06/2021
 
Point of Contact
SSgt Richard Walls, Phone: 757-764-8105, Phillip Nease, Phone: 757-764-2597
 
E-Mail Address
richard.walls.1@us.af.mil, phillip.nease.1@us.af.mil
(richard.walls.1@us.af.mil, phillip.nease.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*Updated to remove Evaluation Criteria Item 4E, ""Location in the general geographical area of JBLE (within the 757 area code) and knowledge of the locality of the base"" in its entitety.� Also, the page count for submissions is increased to 75 pages.� Response date�is revised to 22 Jan 2021* INTRODUCTION: This is not a request for proposal.� This is a request for Standard Form (SF) 330 Architect-Engineer Qualifications packages plus additional information requested here within.� The Government will not pay, nor reimburse, any costs associated with responding to this request.� The Government is under no obligation to award contracts because of this announcement. �1. CONTRACT INFORMATION This is a multi-discipline Architect-Engineer (A-E) design services requirement for the 633 Civil Engineer Squadron and the 733 Civil Engineer Division missions on Joint Base Langley-Eustis (JBLE), VA, as well as, limited support to the 192 Air National Guard Wing (Langley AFB, VA), the 203 Red Horse Squadron (Virginia Beach, VA), and the National Guard Joint Force HQ (Richmond, VA).� The Government anticipates awarding a total�of six�(6), Firm-Fixed Price, A-E Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Title I and Title II services. �Three�(3) contracts (NAICS 541310) are anticipated to be awarded for the primary discipline of architectural with supporting disciplines of civil, structural, mechanical, and electrical engineering and three�(3) contracts (NAICS 541330) are anticipated to�be awarded for the primary disciplines of mechanical/electrical engineering with supporting disciplines of civil, architectural, and structural engineering.� All IDIQ contracts resulting from the subsequent Request for Proposal (RFP) to be issued after�this notice will be total small business set-asides under NAICS code 541310 - Architectural Services; size standard is $8M and NAICS code 541330 - Engineering�Services; size standard is $16.5M. The anticipated performance period is a 12-month base year with four (4), one-year option periods.� The Government guarantees a minimum of $2,000 under each contract�s base year only.� The anticipated total work to be issued over the life of the contract (base and all option years) via task orders shall not exceed the estimated maximum amount of $36M.� Award will be made in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36.6, Architect-Engineer Services.� Points of Contact ��������������� Ms. Gail Maszka, Contract Specialist, gail.maszka.3@us.af.mil; (757) 764-7033 ��������������� SSgt Richard Walls, Contract Specialist, richard.walls.1@us.af.mil; (757) 764-8105 ��������������� Mr. Philip Nease, Contracting Officer; phillip.nease.1@us.af.mil; (757) 764-2597 ����������������633D Contracting Squadron, 14 Burrell St, Bldg. 67, Langley AFB, VA, 23665 2. SERVICE DESCRIPTION The A-E shall perform Title I, Design Services, and/or Title II, Inspection/Construction Support Services, as ordered by the Contracting Officer (see Attachment 1, Draft Statement of Work). Such services shall consist of architectural, civil, structural, mechanical, electrical, environmental, landscape, fire protection, communications, and topographical cadastral and geotechnical surveys of existing conditions. Facilities and field surveys for topographic or locative purposes shall be provided. Development of documentation and reports for conceptual solutions, design criteria, environmental assessments, and impact analysis; producing economic analysis, detailed cost estimates, construction drawings and specifications, bid schedules, color boards and renderings, and any other documentation necessary to execute a maintenance, repair, alteration, and/or construction project shall be provided. The architect services performed shall be licensed in the State of Virginia and shall stamp all contract drawings. The area of work shall include, but not be limited to, Joint Base Langley-Eustis, Richmond and Virginia Beach, VA. The A-E shall perform other A-E services that are not Title I Services as ordered by the Contracting Officer. Such services may include, but not be limited to, fact-finding studies, surveys, investigations, developing design criteria, interior design, and preparing base comprehensive plans (BCP), and other professional A-E services not necessarily connected with a specific construction project. Environmental work may include remediation projects and hazardous, toxic, and radioactive waste (HTRW) studies. Work may include developing Requests for Proposals for design-build projects or developing more extensive designs to be used in design-bid-build contracts. In a design-build project, A-E would provide a 10% or 35% design package along with a detailed project Scope of Work for bidding by design-build contractors. In a design-bid-build project, A-E would provide a 65%, 90%, or 100% design package along with a detailed Scope of Work for bidding. Title II services may require one (1) to four (4) inspectors to provide supervision of construction, review of contractor submittals, shop drawings, requests for information (RFI's), as-built drawings, and prepare changes order documents. The primary responsibility of Title II is to provide the Government with documentation whether or not the construction conforms to the design drawings and specifications. 3. INSTRUCTIONS TO OFFERORS Qualified firms desiring consideration shall submit four (4) hard-bound, tabbed copies and three (3) CDs containing:� (1) Standard Form (SF) 330, Part I and Part II - Architect-Engineer Qualifications; and (2) the submission requirements contained in paragraph 4 below (subparagraphs A-H), Evaluation Criteria, of this notice.� An SF330, Part II, is also required for each consultant or joint firm.� The SF330 is available on the GSA website at http://www.gsa.gov/portal/forms/download/116486. Submission packages for each firm is limited to 75 pages exclusive of indexing tabs, project photos or drawings with brief captions.� Font shall be no less than 12 point (10 point for organization chart only), single-spaced with 1.5 line spacing, margins no less than ��, and page size of 8.5� x 11.�� (A page is defined as each face of a sheet of paper containing information.� When both sides of a sheet of paper display printed material, it shall be counted as two (2) pages.) All firms are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract.� Failure to register in the SAM database may render your firm ineligible for award.� For more information, visit the SAM website: http://www.sam.gov. Submissions are due by 2:00 pm (ET), 22 January 2021 to the 633d Contracting Squadron (address noted in paragraph 5 below).� Fax and email submissions are NOT acceptable.� Nonresponsive submissions will not be considered by the A-E selection board.�� 4. EVALUATION CRITERIA Submissions received in response to this notice will be evaluated by a board of professional architects/engineers and others in accordance with FAR Subpart 36.6 and PL 92-582 (Brooks A-E Act).� From the packages submitted, the evaluation board will select the eight�(8) most highly qualified firms to receive a follow-on Request for Proposal (RFP).� From this pool of eight�(8), the Government will select the six�(6) firms that offer the best overall value to the Government for award.� The Government reserves the right to select a fewer number than eight (8)�firms to receive proposals and a fewer number than six (6)�firms for award. The following adjectival ratings will be used to evaluate the documentation submitted: Outstanding:� Submittal meets requirements, and indicates an exceptional approach and understanding of the requirements. Submittal contains multiple strengths and no deficiencies. Good:� Submittal meets requirements, and indicates a thorough approach and understanding of the requirements. �Submittal contains at least one strength and no deficiencies. Acceptable:� Submittal meets requirements, and indicates an adequate approach and understanding of the requirements. �Submittal has no strengths or deficiencies. Marginal:� Submittal does not clearly meet requirements, and has not demonstrated an adequate approach and understanding of the requirements.� Unacceptable:� Submittal does not meet requirements and contains one or more deficiencies. Firms will be ranked in order of the most highly qualified according to the following selection criteria:�� A. Professional qualifications necessary for satisfactory performance of required services. 1. Submission requirements: � Submit personal resumes that best demonstrate the firm�s professional qualifications, including specific licenses and registrations relevant to the solicitation requirements. �Professional registration of each discipline�s lead engineer is required. �Professional registration of each disciplines team members will be considered as a more favorable rating. �The following technical disciplines, and requirements for each, are required for this solicitation. � a. Project Manager - The Project Management discipline shall have experience in the following areas: Leading multi-discipline design teams and consultants in developing designs for renovations, alterations, and new construction projects in accordance with Department of Defense (DoD) criteria.� Knowledge of DoD design criteria through recent Project Management experience. ��b. Architect - The Architectural discipline shall have experience in the following areas: demolition, asbestos abatement, lead assessment and abatement, roofing systems, building structures, interior and exterior features and finishes, landscape design, architectural programming, graphic presentation, physical planning and antiterrorism and physical security requirements. � c. Civil - The Civil discipline shall have experience in the following areas: demolition, site preparation, industrial and sanitary wastewater collection and treatment systems, water treatment and distribution systems, minor hazardous waste cleanup and removal, storm drainage systems, geotechnical studies/testing and associated work, earthwork, roads, parking lots, fencing, playgrounds, topographic and boundary surveying and airfield design. � d. Structural - The Structural discipline shall have experience in the following areas: building cladding and framing systems, building foundation systems, structures and foundations for towers, platforms, catwalks, tanks, manholes utility support systems and other related facilities, geotechnical studies/testing and associated work and airfield maintenance facility design. ��e. Mechanical - The Mechanical discipline shall have experience in the following areas: heating, ventilation and air conditioning systems, industrial ventilation, demolition, energy analysis, control systems, steam and hot water boilers and converters, chilled and hot water distribution, compressed air and vacuum systems, engine generator installations, geothermal systems and other related mechanical systems. � f. Electrical - The Electrical discipline shall have experience in the following areas: interior and exterior electrical distribution systems, transformers, substations, voice and data communication systems, fire protection systems, mass notification systems, exterior lighting systems, intrusion detection and alarm systems, electrical generation plants, airfield lighting and other related work. � g. Fire Protection - The Fire Protection Engineer shall be registered in the discipline of fire protection with at least 5 years of fire protection experience. The Fire Protection discipline shall have experience in the following areas: fire suppression systems, fire protection systems and mass notification systems. � h.�Each discipline shall have experience in incorporating the DoD Antiterrorism Standards for Buildings into design and construction packages. � i. The A-E firm shall demonstrate knowledge and application of sustainable design principles, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in site, facility, and landscape design. � j. The A-E firm (or a consultant for the firm) shall have the capability to prepare data for direct incorporation into the GeoBase geographic information system maintained at JBLE, VA. � Complete and submit a summary disclosure for each discipline, principal, project manager, and other support personnel, that will perform the work for solicited task orders. �Each resume package may not be longer than two (2) pages in length. �Identify Professional Registrations, certifications and state license. � 2. Basis of Evaluation: � The evaluation of professional qualifications will include the subjective assessment of the firm�s individual resumes as required in the solicitation. � Firms unable to demonstrate required qualifications necessary to perform these kinds of designs may be considered non-responsive. �Failure to provide requested data may negatively impact a firm�s rating. � Higher ratings for this may be given when the firm�s specific personnel demonstrate excellent or very good credentials relevant to the solicitation. � B. Specialized experience: Specialized experience pertains to the types and volume of work previously or currently being performed by a firm that are comparable to the types of work covered by this requirement. Such services shall consist of architectural, civil, structural, mechanical, electrical, environmental, landscape, fire protection, communications, and topographical cadastral and geotechnical surveys of existing conditions. Facilities and field surveys for topographic or locative purposes. Development of documentation and reports for conceptual solutions, design criteria, environmental assessments, and impact analysis; producing economic analysis, detailed cost estimates, construction drawings and specifications, bid schedules, color boards and renderings, and any other documentation necessary to execute a maintenance, repair, alteration, and/or construction project. � 1. Definitions: � Experience measures the degree to which a firm has completed projects relevant to subject solicitation. � Specialized work means design projects similar in scope, size, construction features, dollar value, and complexity as on a Department of Defense installation. This includes the ability to analyze existing facilities and building systems and develop economical solutions for upgrading and repair to meet new requirements. Also work experience with Department of Defense construction standards such as the Unified Facilities Criteria, Sensitive Compartmented Information Facilities, Special Access Program Facilities, and antiterrorism/force protection standards. Projects submitted outside these parameters will be assigned lower ratings. � Similar dollar value is considered design for construction projects of $1M and greater in construction cost. � Similar complexity is considered projects of an operational likeness and similarity to this solicitation. � �Within the past five (5) years� shall mean from date of package submission to five (5) years prior. � For projects to be considered relevant they must meet ALL THREE of the following requirements. Construction cost must be $1M and greater Design completion must be within the past 5 years as defined above. Construction contract must be awarded at the time of package submission but not required to be completed. Design must be similar in scope, size, construction features and complexity. 2. Submission requirements: � Submit up to three (3) relevant projects, accomplished within the past five (5) years that best demonstrate your experience in performing specialized work in accordance with the solicitation requirements. �A firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. � Complete and submit a data summary sheet for each project. �Each project data package may not be longer than two (2) pages in length and may include verbiage, graphics and photos. � Projects may include Federal, State, or local Government, as well as private industry projects. �Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. � 3. Basis of Evaluation: � The evaluation of specialized experience will include the subjective assessment of the firm�s resume of the type of work required in the solicitation. � Firms unable to demonstrate proven competence to perform these kinds of projects may be considered non-responsive. Failure to provide requested data may negatively impact a firm�s rating. � Demonstration experience most closely related to the requirements of this solicitation. � Demonstration of sustainable design experience. � C. Capacity to accomplish multiple task orders within the required time frame. Identify the firm�s past and present workload, and convey the understanding of being able to handle several task orders concurrently and within prescribed deadlines/constraints. � 1. Submission Requirements: � Provide a 1-page narrative that discusses the firm�s approach to accomplishing multiple, concurrent task orders with emphasis on meeting prescribed deadlines. � 2. Basis of Evaluation: � Evaluation of this factor will be a subjective assessment of the firm�s ability to clearly demonstrate an understanding of multiple task order project goals and requirements set for the completion of multiple, concurrent task order projects within prescribed deadlines. � Higher ratings may be given for this factor when information is provided by the contractor demonstrating the capability to handle multiple projects concurrently and within prescribed deadlines/constraints. � D. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Past performance relates to how well a firm has performed on substantially completed projects, within the past five years. � 1. Definitions: � Past performance is a measure of the degree to which a firm satisfied its customers in the past and complied with applicable laws and regulations. � Government agencies are defined as local, state, and federal entities. � Private industry is defined as non-governmental clients. � �Within the past five (5) years� shall mean from date of package submission to five (5) years prior. � The term �substantially complete� shall mean a fully designed project with construction of the facility/project more than 80% complete. � 2. Submission Requirements: � Firms shall have clients complete Past Performance Questionnaires (Attachment 2) and have clients return directly to the firms. The completed Past Performance Questionnaires are to be submitted with the firm�s SF330 package. �Clients should be knowledgeable of the firm�s past performance and be willing to be interviewed by the Government. � Past Performance Questionnaires shall include specifics for each project submitted, but not be limited to, the following information: Project description, contract amount, dates, and contractor AND client information; Providing a dialogue and a resulting rating for the areas of Quality, Professionalism, Cooperativeness, Problems, Adherence to Schedule, Cost Control, and Customer Satisfaction; Question to be answered by client - �Would you award this firm another contract?� � Firms shall have previous clients submit design projects Past Performance Questionnaires that are the same as the projects included in its proposal for Relevant Experience. �Ensure correct phone numbers and email addresses are provided for the client point of contact. �Failure to provide requested data or to provide an accessible point of contact may negatively impact a firm�s rating. � The design firm shall ensure a minimum of three (3) with a maximum of five (5) past performance questionnaires are submitted by their clients. � Firms are encouraged to describe problems encountered on projects submitted for past performance and describe the corrective action taken to resolve the issue(s). �Firms will also submit recognition documents received in the last five years, such as awards from clients, customers or professional organizations received within the last five (5) years. � In addition to the above, the Government may review any other sources of information for evaluating past performance. �Other sources may include, but are not limited to, past performance information retrieved through the Federal Awardee Performance and Integrity Information System (FAPIIS) module of the Contractor Performance Assessment Reporting System (CPARS) using all CAGE/DUNS numbers of firm team members (partnership, Joint Venture, or parent company�s subsidiary or affiliate), inquiries of owner representative(s), and any other known sources not provided by the firm.� While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm. � 3. Basis of Evaluation: � Failure to provide requested data or to provide an accessible point of contact (POC) may negatively impact a firm�s rating. � The evaluation of past performance will include but is not limited to the assessment of the firm�s commitment to customer satisfaction, timely delivery of quality work, the firm�s record of conforming to specifications, successful implementation of quality control procedures; adherence to schedules; and history of reasonable and cooperative behavior. � Firms unable to demonstrate proven competence to perform projects similar to the requirements of the solicitation may be considered ineligible for award. � Evaluating past performance may include information provided by the firm, inquiries with previous customers, Government databases [CPARS.gov], and any other publicly available sources. � While the Government may elect to consider data obtained from other sources, the burden of providing detailed, current, accurate and complete past performance, experience, and safety information rests with the firm. � Higher ratings for this may be given when a proposal demonstrates: Excellent or very good ratings for past performance and customer satisfaction on projects relevant to the solicitation or; Demonstration of specific work within the Department of Defense Agencies. E. Implementation of the Design Quality Control Program. Identify the roles and responsibilities of the major personnel of the firm and depict the understanding and implementation of Quality Control procedures for task orders. � 1. Submission Requirements: � Provide a 2-page narrative that discusses the firm�s approach to the task orders with emphasis on the envisioned role of the design team with regard to Quality Control. � 2. Basis of Evaluation: � A subjective determination of the firm�s statement of knowledge of Quality Control and how it will implement Quality Control procedures relative to the requirements of this solicitation. � F. Program management process/plan for management of JBLE projects. Identify the roles and responsibilities of the major personnel of the firm and depict the lines of communications envisioned for the design tasks between the firm and with the Government. � 1. Submission Requirements: � Provide an organizational chart no larger than 11� x 17� when printed, depicting the relationships between the firm and all partners and/or subcontractors/consultants to be associated with this solicitation and identifying each of the firms key positions/personnel and their role in managing work for these task orders. � Provide a 1-page narrative that discusses the firm�s program management approach to the task orders. � 2. Basis of Evaluation: � Evaluation of this factor will be a subjective assessment of the firm�s ability to clearly demonstrate an understanding of the task order projects goals and requirements and set forth a realistic approach for the design of the task order projects. 5. ADDITIONAL INFORMATION All questions regarding this advertisement must be submitted via email to those POCs noted under paragraph 1 above no later than 2:00 PM (ET) on 21 December 2020.� All SF330 packages, as well as, the other submission requirements contained in paragraph 4, is due by 2:00 PM (ET) on 22 January 2021.� All submittals being sent via United States Postal Service (USPS), courier service, or hand-delivered, shall be addressed to the attention of: 633D Contracting Squadron/PKB Attn: Mr. Phillip Nease 14 Burrell St (Bldg 67) Langley AFB, VA 23665-2088
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/23f7b96a2cef4366be9355007fc356c6/view)
 
Place of Performance
Address: Langley AFB, VA 23665, USA
Zip Code: 23665
Country: USA
 
Record
SN05890503-F 20210114/210112230112 (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  © 1994-2020, Loren Data Corp.