Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
MODIFICATION

C -- Master Planning Architect-Engineer Indefinite Delivery Contracts for the U.S. Army Engineer District, Baltimore � W912DR-21-R-0011

Notice Date
2/23/2021 7:25:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR-21-R-0011
 
Response Due
3/25/2021 8:00:00 AM
 
Archive Date
04/09/2021
 
Point of Contact
Aaron Jones, Phone: 4109620674, Laura A. Wade, Phone: 4109622675
 
E-Mail Address
Aaron.G.Jones@usace.army.mil, laura.a.wade@usace.army.mil
(Aaron.G.Jones@usace.army.mil, laura.a.wade@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(1) CONTRACT INFORMATION: In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U. S. Army Corps Engineers Acquisition Instruction (UAI) 5136.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of three (3), five-year, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contracts (MATOC) for Architect-Engineer (A/E) services to Small Business Firms with the shared capacity of $30M. The award of these A/E IDIQs will assist USACE-Baltimore District in meeting the requirements for NAB area of responsibility, as well as within the North Atlantic Division (NAD), with the exception of Europe District or other overseas locations. Firms will be selected for negotiation based on demonstrated competence and qualifications for required work. The awards will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services, with a small business size standard of $16.5M in average receipts. This announcement is for small business set-asides; therefore, open to all small businesses of any socio-economic categories.� Task Orders awarded under the MATOC will comply with FAR 16.505, ordering procedures. To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Funding will be provided on a Task Order basis with a $3,000 minimum guarantee for each contract awarded. The maximum on a Task Order basis for Military Construction (MILCON) or Family housing projects is $1,000,000.00, in accordance with DFARS 219.502-2(c). Inherently governmental functions will not be performed by contractors per FAR Part 7.5. (2) PROJECT INFORMATION: The work �consists of comprehensive A/E services for Real Property Master Plan development and updating, including requirements analysis, planning charrettes, area development plans, installation design guides, Programming and full DD1391 development to include Economic Analysis and familiarity with use of the PAX system and ECONPACK, environmental assessment and Environmental Impact Statements (NEPA), transportation management plans, utility studies, Computer-Aided Design and Drafting (CADD), Geographic Information System (GIS), Facility Utilizing Studies, RPLANS TAB updates, space planning and management, ePRISMS, sustainability, and net zero initiatives, Presentations and coordination with various agencies of the Government to include presentations, illustrations, studies, reports and other technical assistance obtaining approvals from regional agencies such as the National Capitol Planning Commission (NCPC), the U.S. Commission of Fine Arts, coordination with State Historic Preservation Offices, and other state and local governing authorities depending upon the geographic area.�� The IDIQ(s) will be used to support predominantly SRM projects but may also be used for IIS projects, Civil Works projects, and MILCON projects. Offerors are encouraged to reflect this in their submittal. Each task order will have its own schedule based on the complexity of the applicable project. Task Orders will be evaluated based on level of effort for the scope of services developed for individual projects in accordance with FAR 16.5. Task Orders will be issued during the ordering period of the IDIQs and may not exceed the five-year IDIQ ordering period. (3) SELECTION CRITERIA: The offeror must demonstrate its qualifications with respect to the published evaluation criteria for all services. The offeror must demonstrate the qualifications of key personnel and subconsultant personnel with respect to the published evaluation criteria. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein.� Selection of the most highly qualified firms for negotiations shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include, (1) professional qualifications (2) specialized experience and technical competence (3) capacity to accomplish the work in the required time (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules (5) knowledge of the locality. The A/E selection procedures will be in accordance with FAR 36.6 A/E Services, DFARS 236.6, guidance from EP 715-1-7, and local guidance.� Interviews will be conducted for A/E firms identified by the Selection Board and will be conducted virtually. Factor 1- Specialized Experience and Technical Competence: Experience is generally as defined in Uniform Facilities Criteria (UFC) 2-100-01. The firm must demonstrate the following specialized experience and technical competence for Real Property Master Plan development and updating in the following types of projects and/or work products which are listed in descending order of importance: Installation Development Plan, UFC 2-100-01, paragraph 3-6, including but not limited to area development plans, Real Property planning and management, and environmental documentation Project Requirements and the Regulating Plan, UFC 2-100-01 paragraph 3-11. including but not limited to Planning charrettes, requirements analysis, programming and full DD1391 development to include Economic Analysis and familiarity with use of the PAX system and ECONPACK Vision Plan, UFC 2-100-01, paragraph 3-5 Sustainable Planning, UFC 2-100-01, paragraph 2-2, including but not limited to Traffic Studies, sustainability, or net zero initiatives, and utility studies Installation Planning Standards, UFC 2-100-01, paragraph 3-7 including but not limited to Installation design guides Presentations and coordination with various agencies of the Government to include presentations, illustrations, studies, reports and other technical assistance obtaining approvals from regional agencies such as the National Capitol Planning Commission (NCPC), the U.S. Commission of Fine Arts, coordination with State Historic Preservation Offices, and other state and local governing authorities depending upon the geographic area. Firms shall provide a maximum of 10 projects demonstrating their experience in the types of projects and products, as well as show specialized experience of the proposed team in provision of the services noted above. All projects provided in the SF330 must be completed within the last five years by the office/branch/regional office/individual team member actually proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. If the Offeror is a joint venture (JV), relevant project experience should be submitted for the joint venture if shared experience is available; if no shared experience is available, offers may submit projects performed by either joint venture partner. �For submittal purposes, a task order on an IDIQ contract is considered a project as is a standalone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or standalone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. Factor 2 - Professional Qualifications: Professional Qualifications: Offerors will be evaluated on professional qualifications and competence of the proposed key personnel to provide services to accomplish the work required under this contract. The firm must address the qualifications of one or more of the following list of key disciplines: master planner, urban/community planner, project manager, architect, landscape architect, surveyor, senior GIS specialist, GIS technician, CADD technician, cost estimator. Professional Certifications are required as follows for proposed key personnel:� master planner and Urban/community planners (American Institute of Certified Planners (AICP)); architects and landscape architects (AIA, or ALSA license).� Certifications for other disciplines will be considered and should be listed but are not mandatory. The evaluation of these disciplines will consider education, training, certifications, overall and relevant experience and longevity with the firm. Factor 3 - Past Performance: Offerors shall submit a maximum of five (5) past performance evaluations as it relates to similarities of the work in terms of complexity, scope, and size (i.e., projects cited as relevant experience in Section F of the SF 330); quality; customer satisfaction; and adherence to schedule. This information will be obtained by reviewing Contractor Performance Assessment Reporting Systems (CPARS) evaluations provided by the Offeror, retrieving evaluations from the Past Performance Information Retrieval System (PPIRS), and/or reviewing past performance questionnaires (PPQs) in the approved Naval Facilities Command (NAVFAC) format. PPQs not submitted in the approved format will not be evaluated. Other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror will be considered.� NOTE: Past performance information for projects listed under Factor 1 will be given greater consideration. For non-DoD and commercial project examples cited, the PPQ format shall be used to obtain past performance information for consideration by the selection board. The firm may provide additional past performance evaluations for projects other than those listed under Section F; however, no more than five (5) total shall be provided. Factor 4 -� Capacity: Firms must demonstrate their ability to meet schedule, scope and budget on multiple concurrent projects by providing appropriate teams and adequate staff to perform the services required by the IDIQ contract. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required time frames. Factor� 5- Knowledge of the Locality: Offerors must demonstrate specific knowledge of USACE NAD AOR with the exception of Europe or other overseas locations and the USACE Baltimore District AOR local conditions and site features such as geological features, climate conditions, agency coordination and local laws and regulations.� (4) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must electronically submit the SF330 (Part I, Part II) for the prime and all subconsultants; no later than 11:00 AM Eastern Time, 25 March 2021. The SF330 shall be submitted using Adobe (.pdf) format. All pages to be included in the submission shall include font size 10 or larger. The SF330 Part 1 shall not exceed 125 pages. The page count excludes the cover sheet and letter, tabs, past performance evaluations (PPQs, CPARS), and Part II. Section D (Org Chart), Section G (matrix), Section H may be 11�x 17�. There are no page limitations for any particular section of the SF 330. ELECTRONIC DOD SAFE SITE SUBMISSION REQUIREMENTS AND PROCESS REQUEST AN UPLOAD CODE: Interested firms must e-mail the Contract Specialist and Contracting Officer no later than five (5) working days prior to the submission deadline to receive a request code which will allow for file uploads via the SAFE site. Firms that fail to request a code at least five (5) working days before the deadline may not be able to receive a request code in time for submission. Contract Specialist: Aaron G. Jones at Aaron.G.Jones@usace.army.mil Contracting Officer: Laura A. Wade at Laura.A.Wade@usace.army.mil SUBMISSION FORMAT: Submission shall be in Adobe (.pdf) format. You are limited to five (5) maximum files per upload (total size cannot exceed 2GB). If you have a large number of files, recommend that you combine or ZIP your files before uploading to the SAFE site. Compression utility software may be used such as WinZip or PKZip to reduce file size and facilitate transmission. FILE DESCRIPTION: Include a �File Description� for each file you upload. The �File Description� will be included in the e-mail notice to each of the recipients you choose to have access your file(s). NOTE: Do NOT enter Privacy Act Data (Personal Identification Information (PII)) in the File Description. INSTRUCTIONS TO FOLLOW ON THE DoD SAFE WEBSITE: 1. Once at the SAFE website, select the �Drop-off� icon. This allows users without a Common Access Card (CAC, an ID issued to certain Government users), or users whose computer is not configured to read a CAC the option to access the SAFE site as a guest. 2. After selecting the �Click Here� link, you will be prompted to add your personal information, file information, recipient (Government points of contact) information and e-mail settings. 3. When completing your file information, you will be required to enter the email addresses for all recipients. For this submission the recipients are the Contract Specialist and the Contracting Officer, listed above. Although the email address of the Government employee who initiated the request code will be automatically entered, this address may not be correct. The firm must enter and add the e-mail addresses for both the Contracting Officer and Specialist listed above to the Recipient List. The firm can enter an additional e-mail address if desired. After entering the e-mail address, click the ADD button to add the e-mail to the �Recipients List� for your response. When the submission is completed, a notification will be sent to the selected recipients. NOTE: Do NOT send the SAFE site packages to group e-mail accounts. Even if you successfully upload a submission to the SAFE site, notification will not be sent to the Government recipients until you verify your e-mail address. Entering an incorrect e-mail may result in the rejection of your submission for lateness. A firm can confirm proper submission by the �Drop-Off Completed� screen which generates based on proper file submission. NOTE: It has been reported that documents are more quickly uploaded into the SAFE website when using a Firefox web browser. The Government cannot verify that this is true and offers no guarantee that firms will have more success utilizing any particular browser. TIMELINES OF SUBMISSIONS: For the purposes of establishing whether a submission is considered timely, the Government considers the date and time the submission is completely uploaded into the SAFE website. For submissions larger than the 2GB capacity of the SAFE website and require multiple submissions, the Government will consider the date and time the last submission is completely uploaded into the SAFE website. Do not assume that electronic communication is instantaneous. It can take several minutes or even hours in some cases. The Government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive submissions. Firms are responsible for ensuring that submissions are submitted so as to reach the designated recipient. Firms are responsible for allowing sufficient time for the submission to be received in accordance with the instructions provided above. REQUESTS FOR INFORMATION Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org) No Later Than (NLT) 12:00 P.M. (EST), 08 March 2021. To submit and review inquiry items, prospective vendor will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email. Another email to the same address will notify the prospective vendor once the reply is available for viewing. The Bidder Inquiry Key is: G6ZQ82-C72M96 Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 1. For future access to ProjNet, you will not be provided any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids. ****** NOTE: QUESTIONS ANSWERED IN PROJNET ARE NOT OFFICIAL UNTIL AN AMENDMENT IS ISSUED. *******
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/43de8b919fe14376b758d47660e5f73d/view)
 
Place of Performance
Address: Baltimore, MD 21201, USA
Zip Code: 21201
Country: USA
 
Record
SN05923777-F 20210225/210223230109 (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.