Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2021 SAM #7057
SOLICITATION NOTICE

C -- Repair IMC Pavements - Area F

Notice Date
3/24/2021 2:12:04 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441821AREAF
 
Response Due
4/1/2021 9:00:00 AM
 
Archive Date
04/16/2021
 
Point of Contact
Brandon Rawlings, Phone: 8439635180, Michael Mesko, Phone: 8439635172
 
E-Mail Address
brandon.rawlings@us.af.mil, michael.mesko@us.af.mil
(brandon.rawlings@us.af.mil, michael.mesko@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 3 (24 March 2021): - Incorporated Questions and Answers document. - Incorporated Figure 2. - Revised qualification due date to 1 April 2021. AMENDMENT 2 (10 March 2021): -� Updated set-aside classification. This requirement is a 100% Small Business Set-Aside.� Offerors not meeting this requirement will not be considered. Note: No changes were made on 5 March 2021. The only changes have been made on 2 March 2021 and 10 March 2021. AMENDMENT 1 (2 March 2021): - Removed requirement for Fire Protection Engineer in Section C Paragraph 1: Professional Qualifications. - Changed PCS to C1BD Architect and Engineering - Construction: Airport Runways and Taxiways. SYNOPSIS For ARCHITECT-ENGINEER (A-E) SERVICES FOR REPAIR IMC PAVEMENTS � AREA F� A. GENERAL INFORMATION. The 628th Contracting Squadron (CONS) desires to contract with an Architect-Engineer (A/E) firm in support of the Joint Base Charleston Design and Construction mission. �We anticipate awarding an Architect-Engineer (A-E) contract for Primary Architect-Engineer Services that will include design of airfield pavements (concrete and asphalt) at Joint Base Charleston - Air Base (JBC-AB) located in North Charleston, SC.�This requirement is a 100% Small Business Set-Aside.� Offerors not meeting this requirement will not be considered. The contract awarded under this announcement is subject to an Organizational Conflict of Interest (OCI) Clause in accordance with 5352.209-9000. Concerns may be submitted directly to the Contract Specialist, Brandon Rawlings, via email at brandon.rawlings@us.af.mil and/or Contracting Officer, Michael Mesko at michael.mesko@us.af.mil prior to SF330 due date. � General Submission Requirements: � A cover letter must be submitted to accompany the SF330 that clearly identifies the Offeror�s size status (for NAICS 541330 with a size standard of $16.5M). A maximum of five (5) projects for the proposed team (including joint ventures and teaming partners) may be provided in section F. A �project� is defined as work performed at one site or a single installation. An Indefinite Delivery Contract (IDC) will not be considered a �project� for the purposes of evaluation. If the offeror provides a specific task order as a project, it should provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as a project, it should provide the contract number for reference purposes. Project descriptions shall clearly define the extent of work completed, the extent of work performed by the team (i.e. disciplines and scope), extent of design completed by the proposed team (i.e. preparation of design-build package; 100% design; report, etc.), and dates of completion for design and construction. Clearly cite whether the experience is that of the prime (or joint venture), consultant or an individual for each project in Section F. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C should be so labeled. Designs or studies completed before 2016 will not be considered. Projects for which designs or studies are not complete may be given lesser consideration than completed efforts. The SF 330 should have a total page limitation of 75 pages with Section H limited to twenty (20) pages. Each project in Section F is limited to two (2) pages; Part II is excluded from the 75 printed page limit. Double-sided sheets will count as two (2) pages. Page sheets of 11 inches X 17 inches will be counted as a single page. Tabs do not count against the page count limit, but information contained on divider tabs will not be evaluated. For all SF 330 sections, use no smaller than 11 point font.� Questions regarding this Synopsis must be submitted via email to the Contracting Officer and Contract Specialist no later than 3:00 p.m., Eastern Standard Time (EST) on 15 Mar 21. Offerors shall submit a complete, original signed paper proposal and two (2) copies, as well as one copy in CD/R (or DVD /R) format to be delivered to the �Contracting Office no later than 12:00 p.m., Eastern Standard Time (EST) on 29 Mar 21. �If hand delivering, please contact Mr. Brandon Rawlings, 843-963-5180, to coordinate delivery on 29 Mar 21 at the Dorchester Road Visitor Control Center. The CD/R or DVD/R must be virus scanned and read only. The Contracting Office will accept modifications and revisions to the proposal via DOD SAFE at https://safe.apps.mil. In order to facilitate the sending and receiving of proposal modifications/revisions, offerors must first contact the Contract Specialist/Contracting Officer via email to request a DoD SAFE Drop-off. Once your email address is confirmed you will receive an email request to Drop-Off your files. Contractors are cautioned to request a DOD SAFE drop off password well in advance. The Government will not be responsible for interruptions in communications which cause delays.� Visitor Control: Offerors are cautioned that Joint Base Charleston has a visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor's pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING OFFERS. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of insurance) and arrive at the location for submission PRIOR to the time established for receipt of offers. Late proposals will be processed in accordance with the provisions of FAR 52.215-1(c)(3), ""Submission, modification, revision, and withdrawal of proposals."" Contracting Officer: michael.mesko@usaf.mil Contract Specialist: brandon.rawlings@us.af.mil� LATE SUBMISSION OF SF-330s WILL NOT BE ACCEPTED. Personal visits and/or requests for discussion regarding this announcement WILL NOT BE ENTERTAINED. TEAMING PARTNERS: The prime firm shall provide a statement in the cover letter confirming executed teaming agreements are in place for all team members as part of the SF-330 submittal. The statement shall also list all team members. Contractor teaming arrangements are defined as a partnership or an agreement for a specific Government opportunity between a potential prime contractor and one or more companies that are potential subcontractors. �Additionally, all firms selected as the most highly qualified for this A-E contract and issued a Request for Proposal will be required to submit and negotiate one composite labor rate per labor category/discipline, to be incorporated into the contract. Teaming partner rates will not be negotiated separately. AWARD PROCEDURES: This contract will be procured in accordance with the Selection of Architect-Engineers Act (40 U.S.C Sections 1101-1104, previously known as the �Brooks Act'), as implemented by FAR 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work, in accordance with the selection criteria identified below. The North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $16,500,000. To receive award, contractors must be registered in the System for Award Management (SAM). Register via the SAM website at http://www.sam.gov. Those firms selected as the most highly qualified will be issued an individual Request for Proposal to negotiate labor rates. This synopsis and any resultant contract awards do not guarantee work to selected firms. INTERVIEWS: In making the most highly qualified selection, the evaluation board may conduct interviews with highly qualified firms (by phone, in person, or in writing) during the final selection process. � RFPs: Those firms that are determined to be the most highly qualified will be issued a Request for Proposal (RFP) to submit composite labor rates covering a variety of engineering and engineering support labor categories. Only one set of composite rates per labor category will be negotiated. Most labor categories will include junior, mid-level, and senior rates. Separate rates for specific teaming or joint venture partners will not be negotiated.� All firms selected as the most highly qualified, will be required to provide applicable teaming and/or JV agreements with their response to the RFP. QUESTIONS: A pre-proposal (pre-SF330 submission) conference will not be held. Questions and Government responses will be attached as a separate document. �If applicable, responses will be incorporated into this Synopsis.� B. DESCRIPTION OF WORK. This contract will support the award of Architect-Engineer (A-E) services specifically associated with repairing the pavement between Building 578 and the tow way to the northwest at Joint Base Charleston � Air Base (JBC-AB) located in North Charleston, SC: 1.�� �General Scope: Architect-Engineer (A/E) services are required to provide complete, detailed drawings, specifications, and cost estimates for �Project DKFX 09-1009F, REPAIR IMC PAVEMENTS � AREA F� at Joint Base Charleston - Air Base, South Carolina. �The approximate limits of Area F are shown below. �The A/E design shall include but shall not be limited to the following major items of work, which are listed below in order to determine the general scope of the work involved. �It shall be the responsibility of the A/E to visit the site to determine the actual amount of work and field conditions that will affect the finished product. 2.�� �The intent of this task order is to repair the pavements between building 578 and the tow way to the NW. �Scope includes, but is not limited to the following:: a.�� �Site Utilities: �Survey shall identify all utilities within construction limits. �No utility work is expected. b.�� �Topographical survey: �The A-E shall perform topographic surveys at appropriate intervals to properly delineate the project scope. �All survey data shall be collected utilizing conventional ground survey equipment (ie: total station). The survey should be oriented to State Plane North (Grid North) but shall be drawn to actual ground horizontal scale (not grid scale). �The surveyor shall provide the necessary conversion information needed to scale the drawings from ground to grid and to translate drawings from project coordinates to state plane coordinates. �Area of work is approximately 95,000 SF. c.�� �Pavement: �All pavements in �Area F� are to be replaced full depth with the exception of PCC pavements immediately adjacent to B. 578. �Those pavements will receive spall repairs and be resealed. �New hangar access ramp will be PCC and shoulder pavements asphalt. �Design IAW UFC 3-260-1 & 3-260-2. Existing concrete inside the wingtip clearance line of tow way will be converted to a sodded shoulder either side of the access ramp. d.�� �Geotechnical: �Provide soil borings and geotech data as required for complete design. �Take adequate cores to identify thicknesses of existing pavements to be demolished. e.�� �Drainage: �Provide for surface drainage as required. �Drainage layer/under drain system not required. �Existing reinforced concrete drainage structure is to remain. f.�� �Airfield Lighting: �NA g.�� �Airfield Markings: �Provide for all airfield markings IAW UFC 3-260-4 and AFI 32-1042. i.�� �Provide for lead-in lines and edge striping. ii.�� �Provide for restrictive area boundaries and signage. iii.�� �Provide for wing-tip clearance markings. iv.�� �Provide for Entry Control Point marking. h.�� �Storm Water Pollution Prevention Plan (SWPPP): �Provide Erosion Control Plan and obtain all permits or waivers required by SCDHEC/OCRM including any filing fees. i.�� �Safety & Phasing Plan: �Prepare Construction Operational Safety and Phasing Plan IAW UFC 260-3-1, Section 14. �This will be a stand-alone document that will be included as an attachment to the specifications. �Provide at 65%, 95%, and final. j.�� �Project Duration Chart: �A-E shall develop an aggressive construction schedule to minimize impact to the airfield and training. �Provide for phasing of construction if required. k.�� �Design Review: �A&E to Chair 65% and 95% design review meetings to be held at JBC. l.�� �Miscellaneous: i.�� �Area F is located over an active SWMU and water table below is contaminated with jet fuel. �CEV does not suspect that work will encounter contaminated soils due to depth of construction, but all soils removed from the site are to be disposed of at a Subtitle D landfill. �Coordinate with 628 CES/CEV for handling potentially contaminated soils. ii.�� �Several monitoring wells are in pavements to be removed. �Coordinate with 628 CES/CEV to determine proper means/methods for replacing pavements without disturbing wells. �May require SCDHEC approval which CEV will be responsible for obtaining. �See attached, Figure 2, showing locations of active and abandoned monitoring wells in the vicinity of Building 578. iii.�� �Provide for new PCC collars around existing fire hydrants and bollard sets. m.�� �Provide additive bid items to help ensure project is within budget. 3.�� �Definitions: The following definitions are provided to aid in the preparation of your SF 330: a.�� �""Relevant Project"" is defined as Title I and Title II services specifically associated with airfield pavement. b.�� ��Title I Services� include services related to a specific construction project and consist of conducting field surveys and investigations to obtain design data and preparing contract plans, specifications, cost estimates, and estimated construction periods of performance. Title I services may include all aspects of design such as preparation and/or review of contract plans, specifications, design analyses, calculations, scheduling, cost estimates, Building Information Modeling (BIM), design-build conceptual designs, interior design for furniture and equipment, energy modeling and Life Cycle Cost Analyses, seismic retrofit design, building commissioning services and preparation of operating and design manuals. Title I efforts also encompass Other A-E services required to support and develop design work, including planning and programming, seismic assessments, program management, project scoping, studies, investigations, evaluations, consultations, interior facility functional/relational offices compatibility studies, value engineering, topographic survey services, geotechnical services, and hazardous materials assessments. c.�� ��Title II Services� include services related to a specific construction project and consist of supervision and inspection of construction. Title II services may include all aspects of construction quality assurance and oversight of facility and infrastructure construction/ renovation projects, and may include oversight of incidental environmental projects associated with primary requirements. �Title II Services include construction phase credentialed architectural and engineering support services that encompass a full range of disciplinary expertise and services to include on-site construction oversight assistance, design reviews, quality assurance inspections, adherence to applicable specifications, construction schedule analysis, material submittal reviews, claim reviews, and other standard construction submittal reviews. d.�� �""Completed projects"" are defined as those in which the firm's performance of the task for which it was hired were completed within the past five (5) years or is 80 percent complete for Title I and Title II services specifically associated with airfield pavement, and 50% complete for Title II Services, from the date this synopsis was posted. �Do not list an IDIQ contract as an example of a �completed project�. Instead, list the relevant completed task order(s) or single/standalone contract. C. SELECTION CRITERIA.� SF 330s will be evaluated to determine the most highly qualified firms. Evaluating Past Performance may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The selection criteria are listed below in descending order of importance. Selection Criteria 5 will be evaluated on an acceptable/unacceptable basis. � 1.�� � PROFESSIONAL QUALIFICATIONS: (a) Technical competence of individual design team members to design similar repair, alteration, and new construction projects. (b) Knowledge of multi-discipline design projects through recent design experience. (c) Knowledge of Department of Defense design criteria through recent design experience, with knowledge of Air Force design criteria being preferred. (d) Professional registration of each discipline's lead engineer. It is preferred that key personnel hold current professional registration in South Carolina.�(e) Knowledge and application of the minimum DOD Antiterrorism Standards for Buildings. (f) 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. It is preferred that key personnel hold current LEED certification. 2.�� �SPECIALIZED EXPERIENCE (a) Recent multi-discipline experience of the proposed design team, including consultants, in designing repair, alteration and new construction projects to Department of Defense criteria. (b) Experience must include design of airfield pavements (concrete and asphalt), in-depth knowledge of Unified Facility Guide Specifications for concrete & asphalt paving on airfield pavements, knowledge of UFC 3-260-01 (Airfield Heliport Planning and Design) , UFC 3-260-02 (Pavement Designs For Airfields), UFC 3-260-04 (Airfield and Heliport Marking), and UFC 3-535-01 (Visual Air Navigation Facilities). (c) Recent experience providing Title II services managing all phases of construction of airfield paving projects. �(d) Experience developing Construction Safety Phasing Plans for airfield construction IAW the requirements of UFC 3-260-1, Appendex B, Section 14. �(e) �JBC is a Joint Use Airfield, so experience with FAA, General Aviation, and Commercial Aviation airfield design/construction projects are a plus.� 3.�� �PERFORMANCE (a) Recent past performance on contracts with DOD and private industry with respect to cost control, management, regulatory compliance, complexity/quality of work and compliance with performance schedules. Recent past performance on DOD contracts is preferred to private industry. (b) Incorporation and use of design Quality Control/Quality Assurance processes to assure fully coordinated, technically accurate plans, specifications, cost estimates and RFP documents. 4.�� �LOCATION (a) Knowledge of probable site conditions and local requirements that can affect projects. (b) Knowledge of the local permitting processes and the ability to obtain required permits. (c) Geographic location of key personnel to ensure timely response to requests for on-site support. (d) Interested firms must be located within 150 miles driving distance of Joint Base Charleston, SC. 5.�� �VOLUME OF DOD WORK (a) Firms will be evaluated on the volume of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of contracts among qualified AE firms. C. OTHER. Ombudsman: An Ombudsman has been appointed to hear concerns from potential firms during the submittal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of AE submittals or elsewhere in the acquisition process. Interested parties are invited to contact the appointed Agency Ombudsman: Mrs. Susan Madison AFICC OL AMC 510 POW/MIA Scott AFB, IL 62225-5022 Phone: (618) 229-0267 Fax: (618) 256-5724 Email: susan.madison@us.af.mil �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c329f64bc4df45daa6f59a6a52ef4f35/view)
 
Record
SN05951874-F 20210326/210324230113 (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.