Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2021 SAM #7055
SOLICITATION NOTICE

C -- Architectural and Engineering Services IDIQ

Notice Date
3/22/2021 7:50:01 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-20-R-0062
 
Response Due
3/24/2021 10:00:00 AM
 
Archive Date
04/08/2021
 
Point of Contact
Lakenia M. Brown, Phone: 8459388182
 
E-Mail Address
Lakenia.m.brown.civ@mail.mil
(Lakenia.m.brown.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Mission and Installation Contracting Command (MICC) - West Point, NY is issuing this notice for the procurement of Architect and Engineering (A-E) services in support of the Directorate of Public Works (DPW), West Point NY. This notice constitutes a special situation in accordance with FAR 5.205(d).� Firms wishing to be considered for evaluation in response to this notice shall submit a SF 330, Architect - Engineer Qualifications, as detailed below. Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contracts.� General Architect Engineering services to include support of Sustainment, Restoration and Modernization (SRM) program, military construction programs and other non-military construction programs within West Point Boundaries. Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contracts.� General Architect Engineering services to include support of Sustainment, Restoration and Modernization (SRM) program, military construction programs and other non-military construction programs within West Point Boundaries. This procurement is being conducted in accordance with the Brooks Act, as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6.� These contracts are procured as a small business concerns in accordance with FAR 19.502-2.� The NAICS Codes are 541330, Engineering Services, with a size standard of $16.5 million and/or� 541310, Architectural Services, with a size standard of $8 million. The service code is C1QA, Architect and Engineering - Construction: Restoration of Real Property (Public or Private). � Contract Information:� The government intends to award no more than four (4) Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts in accordance with 16.504(c).� Each contract will have an Ordering Period not to exceed five (5) years in duration.� The total maximum capacity of all contracts awarded as a result of this notice shall not exceed $24,000,000.00 aggregate.� Individual requirements for work under these contracts will be subject to procedures outlined in FAR Subpart 16.505, Ordering, including the fair opportunity process for multiple award contracts.� All Task Orders (TOs) will be Firm Fixed Price (FFP) in type. �� Project Information: A-E services may include but not be limited to the following: Architect Engineering (A-E) Services to include the investigation, planning and design services for the following types of projects: Construction of new and renovation/upgrade of the following type of facilities: academic facilities, administrative facilities, barracks, research and development facilities, manufacturing facilities, hangers, maintenance facilities, training facilities, base-wide infrastructure systems, airfields, runways, taxiways, and aprons. Building renovations will address Replacement of Architectural Elements, interior re-configuration, Building Seismic Upgrade, Anti-Terrorism/Force Protection upgrades, Mechanical systems, HVAC systems, Electrical upgrades, Fire Protection/Detection Systems, Exterior envelope upgrades including roof, windows and walls, Asbestos and Lead Abatement. A-E Services to also include topographic surveys, geotechnical investigations, environmental investigations, NEPA documentation and coordination, permitting support services, Value Engineering Studies, Field Investigation Studies, LEED documentation, Enhanced Commissioning services, commissioning services, retro-commissioning services and construction support services and Master Planning Studies. Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. Work is further detailed in the SOW attached to this notice. All A-E firms responding to this notice are advised of the restrictions in FAR 36.209 which prohibits a contract for a construction project being awarded to the firm that designed the project or that firm's subsidiaries or affiliates.� Additionally, FAR Part 9.5, Organizational and Consultant Conflicts of Interest, prohibits an A-E firm being subcontracted to provide services to a Construction vendor on a project where the A-E firm previously completed work. � Selection Criteria: The Source Section factors for this procurement are listed below in descending order of importance.� Factors a through e are primary.� Factors f through g are secondary and will only be used as a tie-breaker among technically equal firms.� Primary factors will be assigned as a rating as follows: Rating: Outstanding -�Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good -�Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable -�Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Marginal -�Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable -�Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. Ratings are based on the risk to the Government that the Offeror will successfully perform that evaluated factor.� An Overall rating will also be applied to the proposal submission using the same rating scale.� Proposals failing to respond or provide complete information for each factor as required by this notice will be determined non-responsive and will be removed from further consideration. � The firm is required to have the following specific design capabilities: Factor a. Specialized experience and technical competence in: Submit at least four (4) Example Projects in SF-330 Section F that demonstrates experience with the following: Whole Building Renovation design that includes at least five (5) of the following design elements as a substantial part of the design (Replacement of Architectural Elements, interior re-configuration, Building Seismic Upgrade, Anti-Terrorism/Force Protection upgrades, Mechanical systems, HVAC systems, Electrical upgrades, Fire Protection/Detection Systems, Exterior envelope upgrades including roof, windows and walls, Asbestos and Lead Abatement). The projects shall demonstrate the A/E's ability to execute design charrettes, concept designs, final designs and prepare final construction bid documents. Projects may include the following facility types: academic facilities, administrative facilities, barracks, research and development facilities, manufacturing facilities, hangers, maintenance facilities and training facilities. Projects shall have a construction cost of at least $10M. Construction of the projects must be completed and projects completed before August 2013 will not be considered. Submit at least four (4) Example Projects in SF-330 Section F that demonstrates experience with the following: Partial Building Renovation design that includes at least three (3) of the following design elements as a substantial part of the design (Replacement of Architectural Elements, interior re-configuration, Building Seismic Upgrade, Anti-Terrorism/Force Protection upgrades, Mechanical systems, HVAC systems, Electrical upgrades, Fire Protection/Detection Systems, Exterior envelope upgrades including roof, windows and walls, Asbestos and Lead Abatement.). The projects shall demonstrate the A/E's ability to execute design charrettes, concept designs, final designs and prepare final construction bid documents. Projects may include the following facility types: academic facilities, administrative facilities, barracks, research and development facilities, manufacturing facilities, hangers, maintenance facilities and training facilities. Projects shall have a construction cost of at least $3M. Construction of the projects must be completed and projects completed before August 2014 will not be considered. Submit at least two (2) Example Projects in SF-330 Section F that demonstrates experience with the following: Design of new facilities. The AE shall demonstrate experience in sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; and employing the LEED evaluation and certification methods. The projects shall demonstrate the A/E's ability to execute design charrettes, concept designs, final designs and prepare final construction bid documents. Projects may include the following facility types: academic facilities, administrative facilities, barracks, research and development facilities, manufacturing facilities, hangers, maintenance facilities and training facilities. Projects shall have a construction cost of at least $15M. Construction of the projects must be completed and projects completed before August 2014 will not be considered. The above requested projects shall also demonstrate the A/E's abilities with all of the following: - Planning and scheduling management of fast track designs, - Working on military installation projects, - Prepare Cost estimates using MII and PACES, (The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the New York Area, - Preparing drawings in AutoCAD and AutoCAD Revit, - Experience in the ability to provide a QA/QC plan indicating how the prime plans to manage their team to ensure that quality products are prepared. Demonstrate ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. Factor b. Qualified registered professional personnel in the following key disciplines: - Project Manager (P.E. or R.A. required and/or AICP certification required) - Quality Assurance Manager (P.E. or R.A. required) - Architecture (R.A. required) - Structural Engineering (P.E. required) - Civil Engineering (P.E. required) - Mechanical Engineering (P.E. required) - Electrical Engineering (P.E. required) - Fire Protection Engineering (P.E. required) - Landscape Architect (Licensed) - Cost Engineering (P.E. required) - Geotechnical Engineering (P.E. required) - Lead/Asbestos Abatement Inspector (Certification) - Certified Industrial Hygienist (CIH required) - Licensed Interior Designer (NCID required) - Land Surveyor (P.L.S. required) - Anti-Terrorism/Force Protection Specialist (P.E. required) - Blast/Explosives Safety Engineering (P.E. required) - Industrial Engineering (P.E. required) - Historical Architecture (R.A. required) - Environmental Engineering (P.E. required) - Lead Commissioning Specialist (P.E and at least one of the following: a �NEBB qualified Systems Commissioning Administrator (SCA); ACG Certified Commissioning Authority (CxA); ICB/TABB Certified Commissioning Supervisor; BCA Certified Commissioning Professional (CCP); AEE Certified Building Commissioning Professional (CBCP); University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP); ASHRAE Commissioning Process Management Professional (CPMP)) - Certified Value Specialist (CVS required) - Telecommunications Engineering (RCCD required) - Master Planner (P.E. or R.A. required) The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. Senior project personnel for each discipline are required to be licensed and/or registered.� Additional disciplines may be submitted as required by the AE for this type/size project and will be evaluated as the above. Fire Protection Engineering: The Services and Qualifications of Fire Protection Engineers are shown in Section 1.6 of UFC 3-600-01, and are reiterated here: A qualified fire protection engineer shall be an integral part of the design as it relates to fire protection. This includes, but is not limited to, building code analysis, life safety code analysis, design of automatic detection and suppression systems, water supply analysis, and a multi-discipline review of the entire project. For the purposes of meeting this requirement a qualified fire protection engineer is defined as an individual meeting one of the following conditions: i.) A registered professional engineer (P.E.) having a Bachelor of Science or Master of Science Degree in Fire Protection En gineering, from an accredited university engineering program, plus a minimum of 5 years' work experience in fire protection engineering. ii.) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering written examination. iii.) A registered professional engineer (P.E.) in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation. Factor c.� Past Performance on DoD and other contracts with respect to cost control,� quality of work and compliance with performance schedules, as determined from references, other sources and CPARS. Letters of recommendation from customers addressing your firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. Factor d.� Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will review Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. Factor e.� Knowledge of the Locality. Demonstrate a familiarity with West Point, NY locality.� This includes items such as geological features, climate conditions, and unique or unusual construction methods. Factor f.� Geographic Proximity.� The firm's principle office in relation to distance (miles) from West Point, NY. � Factor g.� Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. �Submission requirements: Interested A-E firms having the capabilities to perform these services must submit three (3) copies and one (1) CD copy in PDF format of a comprehensive SF 330 (08/2016 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSAweb-site: http://www.gsa.gov/portal/forms/download/116486 The forms can be downloaded in a .pdf file type. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF330. Include the prime firm's DUNS number in Block H, SF 330. Total submittal page limitation is 90 pages. Section E is limited to 50 pages. Section F is limited to 10 pages. Part II of the SF330 will not count towards the page limitation. Cover page, cover letter and section dividers do not count towards the overall page limit. Supplemental information on the SF 330 is posted as a part of this solicitation.� This is NOT a Request for Proposal. All respondents must be registered in the System for Award Management (SAM).� Submit the completed SF330's to the Mission and Installation Contracting Command - West Point, 681 Hardee Pl, West Point, NY 10996 No Later Than� July 21, 2020, 3:00 p.m EST.� Submissions received after this time will be viewed as late and not considered.� Facsimile transmissions of the SF330 will not be accepted. Date extended awaiting RFI responses.� ALL QUESTIONS SHALL BE SUBMITTED NO LATER THAN July 6, 2020, 1:00 p.m., EST to Lakenia Brown at lakenia.m.brown.civ@mail.mil and Mrs. Kymberly Aviles at kymberly.y.aviles.civ@mail.mil.� Questions submitted after this time may not be considered for response.� All timely submitted questions and/or comments will be addressed through subsequent amendments posted to this notice.� No other means of communication (telephone, fax, etc.) will be accepted.� Contracting Office Address: 681 Hardee Pl. West Point, NY 10996
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5fe118d67944499bbde221a95eeb93a3/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN05949396-F 20210324/210322230110 (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.