Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2021 SAM #7060
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity (IDIQ) A-E Contract for Military/Interagency and International Services (IIS) Program-Focused Engineering & Design Services in Support of South Pacific Division � Small Business

Notice Date
3/29/2021 1:44:40 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W92138-21-R-0019
 
Response Due
4/26/2021 9:00:00 AM
 
Archive Date
05/11/2021
 
Point of Contact
Cynthia Dmitrijev
 
E-Mail Address
cynthia.r.dmitrijev@usace.army.mil
(cynthia.r.dmitrijev@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis: Solicitation No. W91238-21-R-0019 Indefinite Delivery Indefinite Quantity (IDIQ) A-E Contract for Military/Interagency and International Services (IIS) Program-Focused Engineering & Design Services in Support of South Pacific Division � Small Business 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Architectural-Engineering (A-E) services are required to provide a wide spectrum of design disciplines on all or portions of Military Design and Interagency and International Services (IIS) projects (the primary need), but also may include Energy Conservation Investment Program (ECIP), Hazardous, Toxic and Radioactive Wastes (HTRW), and Civil Works projects (secondary needs).� Projects will be located within the South Pacific Division�s (SPD) Military boundaries of CA, NV, UT, NM, and AZ and Civil Works boundaries of CA, NV, AZ, NM, UT, and portions of OR, ID, CO, TX, and WY. The selection criteria for the A-E firms selected for contracts will emphasize the primary Military/Interagency and International Services (IIS) services needed, but also may consider the secondary needs. This procurement will be conducted under FSC Code: C219 and is restricted to only firms that qualify as a small business for NAICS Code: 541330. To be considered a Small Business under this NAICS Code, the respondent�s average revenue for the last three years cannot be more than $16,500,000.00. This will proceed as a 100% small business set-aside.� Solicitations will be issued to the most highly qualified firms based on the response to this synopsis. The Government intends to negotiate and award from three (3) to five (5) contracts within one (1) calendar year after the required response date to this synopsis. Contracts will be Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs). The MATOCs will have a period of performance of up to five (5) years, consisting of a base contract period of three (3) years and an option to extend the contract period by an additional two (2) years. The MATOCs will share a total combined capacity of $9,900,000.00. Selection for task order awards will be made in accordance with U.S. Army Corps of Engineers (USACE) Director�s Policy Memorandum (DPM) 2020-02, dated 03 Mar 2020, Subject, Procedures for the Selection of Task Orders on A-E IDC Contracts.� All awardees will be given a fair opportunity to be considered for each task order award in excess of $3,500.00.� When a task order is to be awarded, the Contracting Officer shall notify all the A-E firms within the MATOC pool by the issuance of a Task Order Requirement Notice (TORN).� The TORN shall include a short summary of the scope of work, selection criteria, and a Request for Supplemental Information tailored to the specific task order requirement.� Information requested in the TORN is intended to supplement existing information and as such will focus on information required to effectively evaluate each firm relative to the specific task order requirement for the purpose of selecting the most highly technically qualified firm for the specific task order requirement.� All firms who are sent a TORN will be promptly notified upon a selection decision. Details of the selection process will be included in the resultant contracts.� The wages and benefits of service employees (see FAR 22.1) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to employee�s office location (not the location of the work).� Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. �At least 50 percent of the cost of contract performance must be performed by the small business firm selected for award in accordance with 52.219-14, Limitations on Subcontracting.� To be eligible for contract award, a firm or joint venture must be registered in the System for Award Management (SAM). Register via the Internet Site at https://www.BETA.sam.gov. Note that a firm need not be registered to submit SF330s in response to this synopsis. When the highly technically qualified firms are notified of their selection and issued Requests for Price Proposals (RFPP) (i.e., a solicitation), firms should have a reasonable time in which to register in the SAM. This notwithstanding, it is solely the firms� responsibility to register in SAM and be registered in SAM prior to submission of a price proposal. If a firm or joint venture is currently registered in SAM, the response to this announcement should include the applicable Commercial and Government Entity Code (CAGE). Contractor Performance Evaluations: In accordance with FAR Subpart 36.604 - Performance Evaluation, A-E contractor�s performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in EP 715-1-7 to fulfill this FAR requirement.� Performance evaluations will be prepared in the Contractor Performance Assessment Reporting System (CPARS), which is a web-based system.�� Note that the Architect-Engineer Contract Administration Support System (ACASS) is obsolete.� An update to EP 715-1-7, Chapter 6 is forthcoming and will reflect the change from ACASS to CPARS.� Past performance evaluations shall be prepared for each architect-engineer services contract of $35,000 or more.� A final evaluation will be prepared for each task order exceeding $35,000.00.� For this procurement, the evaluation shall be prepared after acceptance of the A-E product on each task order.� Past performance evaluations may also be prepared for contracts below $35,000.� After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review, and comment on the evaluation for a period of 30 days. Accessing and using CPARS requires specific software, called Public Key Infrastructure (PKI) certification, which is installed on the user�s computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transaction. The certification software could cost approximately $100-$120 per certificate per year and is purchased from External Certificate Authorities (ECA) vendors. Current information about the PKI certification process and for contracting vendors can be found on the web site http://www.cpars.gov. If the contractor wishes to participate in the performance evaluation process, access to CPARS and PKI certification is the sole responsibility of the Contractor. 2. PROJECT INFORMATION: Architectural-Engineering (A-E) services are required to provide a wide spectrum of design disciplines on all or portions of complete Military/IIS projects (the primary need), but also may include Energy Conservation Investment Program (ECIP), Hazardous, Toxic and Radioactive Wastes (HTRW), and Civil Works projects (secondary needs). �Projects will be located within the South Pacific Division�s Military boundaries of CA, NV, UT, NM, and AZ and Civil Works boundaries of CA, NV, AZ, NM, UT, and portions of OR, ID, CO, TX, and WY. �The contracts may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles, and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility. Use of the contracts outside the above areas of responsibility is subject to the review and approval of the Contracting Officer. The primary focus of this contract is to provide design services in support of the Military and IIS Programs. Projects will typically be smaller and are of lesser overall complexity.� Programmed amounts typically range between $500K and $3 Million.� Projects under the Military Program will typically be funded by the Sustainment, Restoration, and Modernization (SRM) program. The design services could range from an architectural renovation (some of historical significance), maintenance and repair of a variety of small projects, ECIP Program studies/designs (more detail below), or may also include design of complete additions, alterations, or new facility designs for Military projects such as barracks, warehouses, storage facilities, administrative facilities, training facilities, maintenance facilities, aircraft hangars, computer facilities, aircraft runways, taxiways, aprons, treatment plants, and the entire spectrum of infrastructure (road and utility) systems. Energy Conservation Investment Program (ECIP) projects (a subset of Army MILCON Program) include energy reduction and renewable energy projects.� These include, but are not limited to photovoltaic, wind, microgrids, energy management control systems (EMCS), and water conservation. Demolition of existing facilities may be required which will necessitate asbestos and/or lead based paint investigation with provisions for removal included in the design documents. Design services may also be required to support the Interagency and International Services (IIS) Program providing technical assistance to non-Department of Defense (DoD) federal agencies, state and local governments, tribal nations, private U.S. firms, international organizations, and foreign governments. Typical agencies requiring design or design review support could be the Department of Veterans Affairs (medical and administrative type facilities), Environmental Protection Agency (EPA), Customs and Border Protection (CBP), and the Department of Energy (DOE). Design services may also include support of the Civil Works Program. Civil Works project studies and designs could involve levees, floodwalls, dams, spillways, various mechanical gate structures, pumping stations, stilling basins, hydraulic flow control structures, and bridges. Civil Works studies may include, but not be limited to, the evaluation of flood damage, preparation of engineering analysis, acquisition of topographic and hydrographic data, and environmental restoration to include wetlands development. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD) and delivering the two or three-dimensional drawings. All data shall meet Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) requirements. The Government will only accept final documents found to be fully operational without conversion or reformatting on the target platform specified. Work may be performed in the recent versions of AutoDesk AutoCAD or Bentley MicroStation. Many projects will be required to be modeled in a BIM environment (Revit). Geographic Information System (GIS) work may be field, desktop, or Internet based. Exploration borehole and other logs shall be prepared to Corps standards. All final text files generated under each task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in accordance with the current Architectural, Engineering, and Construction (A/E/C) CADD Standard. Drawing files shall also be delivered in Portable Document Format (PDF). The specifications will be produced in SpecsIntact with the Extensible Markup Language (XML) using the Unified Facilities Guide Specifications (UFGS). Specification files shall also be delivered in PDF electronic digital files. Responding firms must show computer and Internet capability for accessing the Design Review and Checking System (DrChecks) https://www.projnet.org.��Estimates shall be prepared using the Corps of Engineers Computer Aided Cost Estimating System software (MCACES Second Generation), which will be furnished by the Government. However, the Contractor must purchase the software training and the current Cost Book library. 3.�������� SELECTION CRITERIA: The primary selection criteria (�a� through �e�) are listed below in descending order of importance.� a.�������� Specialized Experience and Technical Competence. The A-E must provide examples of not more than ten (10) projects completed within the last five (5) years that best demonstrate specialized experience and technical competency in the areas listed below. Project examples submitted should reflect completed projects. All projects cited must identify start/complete dates as well as the project size (cost and scope). Please also provide the percentage of work completed by the Prime Contractor. Prime Contractors that do not have specific experience in the following types of tasks will be evaluated based on their subcontractors' experience. However, projects where the prime performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Capability and recent experience in Military or IIS project studies and designs involving facilities such as: barracks, warehouses, storage facilities, administrative facilities, medical facilities, training facilities, maintenance facilities, aircraft hangars, aircraft runways/taxiways/aprons, roadways, utilities, energy reduction, and renewable energy projects.� Experience with conceptual level studies/design for programming purposes, preparation of Design Build requirement packages, as well as final design (plans and specification for construction) is preferred. Capability and experience with services in support of design, such as acquisition of geotechnical (explorations), topographic survey, utility survey, material testing results, design reviews (quality control and constructability), economic analysis, life cycle cost analysis, environmental documents and assessment of environmental impacts, cost engineering (using MCACES), GIS and CADD/BIM capability. Work experience within the South Pacific Division boundaries, and particularly inside the Sacramento District boundaries will be considered in determining the most highly qualified firms. b.�������� Professional Personnel. Firms must demonstrate professional and specialized experience for key disciplines. Evaluation of professional qualifications will consider education, training, certifications, registration, relevant experience, and longevity with the firm of key technical personnel (3-year minimum is preferable). For employees new to a firm, ensure that project related experience in their discipline is identified�(SF 330, Part I, Sections E and G). Qualified professional personnel who are certified, registered, and highly trained in the following key disciplines: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Geotechnical, Landscape Architect, Cost Engineering, Topographic Surveys, LEED Accredited Professionals, Geographic Information Specialist, CADD/BIM (Revit) Operator, Environmental Specialist and Certified Industrial Hygienist (CIH). Firms shall organize resumes in SF330, Part I, Section E by discipline. c.�������� Past Performance. Past performance information, preferably Past Performance Questionnaires (PPQs), should be submitted for the example projects comprising the firm�s response to Section 3 a. Specialized Experience and Technical Competence. The Government is not only interested in the projects that forms a firm�s experience, but it is also interested in how well a firm performed those projects. Consideration will be given to ratings and verifiable past performance on Corps of Engineers, Department of Defense (DoD), and other contracts with respect to cost control, quality of work, and compliance with performance schedule, as determined by CPARS/ACASS and other sources. PPQ's may be submitted for up to five (5) projects.� Firms which choose to use the PPQ may do so by using the attached PPQ form and providing it in your SF330.� Past performance on a project used to demonstrate specialized experience and technical competence will be weighed most heavily compared to other selection criteria. d.�������� Work Management.� ��Information about the offeror�s actual or proposed Work Management Plan that describes in detail the approach to completing tasks orders will be evaluated.� The evaluation will consider how personnel are assigned, how sub-consultants are integrated into the team, internal quality management processes, and internal/external communication protocols.� Plans that clearly demonstrate sound internal quality management processes (e.g., quality management of team products, sub-consultant products, version control, comment tracking, independent reviews) and effective internal communication protocols will be considered more favorably in determining the most highly qualified firms. e.�������� Knowledge of the Locality. Submittals shall demonstrate knowledge of performing the type of projects and activities as described in PROJECT INFORMATION above. Examples include knowledge of geologic features, climatic conditions or local construction methods that are unusual or unique. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit an original and FOUR (4) completed SF 330 (8/2016) Part I, and an original and FOUR (4) copies of the SF 330 Part II for the prime firm and all consultants/ subcontractors including related services questionnaires regarding past performance on non-Government projects to the office shown below, ATTN: A-E Contracting Team. The SF 330 shall not exceed 200 single pages (100 pages if double sided) 8 � x 11, not counting the cover letter, table of contents, or any dividing page used to identify each SF 330 section. Font size will be 10 or 12 font in either Times New Roman, Arial, or Courier. Of the 200 pages, no more than (3) three 11 x 17 pages may be used for organization charts. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. Provide the information required to inform the Government of the criteria to be evaluated as disclosed in parts 3 a. through 3 e. above.� In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block E of the SF 330, provide resumes (organized by discipline) for all key team members, name of the prime or subcontractor firm; list specific project experience for key team members; and indicate the team members� role on each listed project (i.e. project manager, design engineer, etc.). In block H of the SF 330, indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award but is not required with this submission. In addition to the required hard copies of the SF 330s and attachments, ONE (1) additional portable document format (PDF) copy, stating the solicitation number and the firm�s name must be submitted electronically.� The electronic digital submission shall not exceed 20 Megabytes (MB).� They must be sent to the following three (3) email addresses:cynthia.r.dmitrijev@usace.army.mil, Jin.Kim@usace.army.mil and Greg.L.Treible@usace.army.mil. The most highly qualified firm(s) may be required to provide interviews prior to final selection and will be advised accordingly. Responses received by 12:00PM Pacific Time,� April 26, 2021 will be considered for selection.�Late responses will not be accepted. No other notification will be made, and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be considered by the agency. Contracting Office Address: US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814 Place of Performance: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814 USA 5. OFFERORS QUESTIONS AND COMMENTS: Prospective respondents should submit inquiries related to this synopsis in accordance with the following: For information related to amendments, and other important updates, please check https://beta.sam.gov/. All inquiries are to be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/projnet. To submit and review synopsis inquiry items, respondents will need to be a current registered user or self-register into the system. To self-register, go to the ProjNet web page above and click on the QUICK ADD link. Select agency as USACE and enter the Bidder Inquiry Key for this solicitation listed below, your e-mail address, and then click continue. Fill in all required information and click Add User. From this page you may view all bidder inquiries or add an inquiry. Bidders will receive an acknowledgement of their question via e-mail, followed by an answer to their question after it has been processed. The Solicitation Number is: W9123821R0019 The Bidder Inquiry Key is: 875FAX-G7UVX2 The Bidder Inquiry System will be closed for new inquiries 10 calendar days before the SF330s are due in order to ensure adequate time is allotted to form an appropriate response and revise the synopsis, if necessary. Respondents are requested to review the synopsis in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87c26593eb4f42faa5a384e0f558814b/view)
 
Place of Performance
Address: Sacramento, CA 95814, USA
Zip Code: 95814
Country: USA
 
Record
SN05955457-F 20210331/210331081146 (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.