SOLICITATION NOTICE
C -- DPW A&E Design Services MA IDIQ
- Notice Date
- 5/28/2021 11:40:57 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-21-R-AE01
- Response Due
- 6/4/2021 11:00:00 AM
- Archive Date
- 06/30/2021
- Point of Contact
- Charlesetta Seibure, Phone: 9103964818, Abelardo C. Lopez, Phone: 9106437350
- E-Mail Address
-
charlesetta.f.seibure.civ@mail.mil, abelardo.c.lopez.civ@mail.mil
(charlesetta.f.seibure.civ@mail.mil, abelardo.c.lopez.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SYNOPSIS:� This notice is posted in its entirety and hereby serves as the official pre-solicitation notice for Architect-Engineer (A-E) Services to support the United States Army Installation Management Command, Director of Public Works, Fort Bragg, North Carolina. The A-E Services are being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6 and DFARS Part 236. Negotiations in accordance with FAR 36.606, Negotiations, will only be provided to those determined most qualified. The A-E Program will consist of up to eight Indefinite Delivery/Indefinite Quantity (IDIQ) contract awards for a five year ordering period with no options with an anticipated start date of 17 June 2021. The total capacity of the program will not exceed $49.0M. This posting is Subject to the Availability of funds and may be cancelled by the Government. POINT OF CONTACT FOR THIS ANNOUNCEMENT: �Charlesetta Seibure, Contract Specialist at charlesetta.f.seibure.civ@mail.mil and Abelardo Carlos Lopez, Contracting Officer at abelardo.c.lopez.civ@mail.mil. SUBMIT QUESTIONS VIA E-MAIL TO: charelesetta.f.seibure.civ@mail.mil and abelardo.c.lopez.civ@mail.mil. GENERAL INFORMATION:� This announcement is set-aside to Total Small Business concerns. The NAICS code is 541330 Engineering Services and the size standard is $16.5M. The Classification Code is C-Architect and Engineering Services. The required A-E Services to be provided under these IDIQ contracts will be multidisciplinary professional design services, to support the Fort Bragg mission relating to A-E Services. A small business subcontracting plan is NOT required as part of this submittal as this action is set-aside for small business. Task Order awards will be made as negotiated firm-fixed-price orders under the qualifications-based procedures in FAR 36.6 and will be issued under the terms and conditions of the IDIQ contract. The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, a task order will be included to satisfy the minimum guarantee of $2,500 with the basic IDIQ contract. There is no limit on the value of individual task orders. Firms must be capable of concurrently responding to and working on multiple projects simultaneously. The selection of a Firm is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria.� All Firms responding to this announcement are cautioned to review FAR Part 9.5 - Organizational and Consultant Conflicts of Interest; FAR 36.6 and DFARS 236.6 Construction contracts with architect-engineer firms.� In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, past performance evaluations shall be prepared for each architect-engineer services task order of $35,000 or more, and for each architect-engineer services task order that is terminated for default regardless of task order value. Past performance evaluations may also be prepared for architect-engineer services task orders below $35,000. Performance evaluations will be maintained for use in future source selections for A-E Services. SCOPE OF SERVICES:� Projects will include but not limited to Professional A-E analysis, assessment, planning, design, surveying, testing, and inspection services to support maintenance, repair, and minor construction projects for airfield, athletic field, barrack, bridge, earthen dam, dining hall, emergency service, gymnasium, hangar, maintenance garage, office, religious, roadway, security, stormwater, tower, warehouse, and other facilities and infrastructure comprising Real Property at Fort Bragg (including Camp Mackall and other Fort Bragg maintained areas) in North Carolina. This is an A-E design contract to provide professional services necessary for the design of various maintenance and repair, and new construction projects that are primarily multidiscipline engineering in nature, i.e., mechanical, electrical, plumbing, with architectural, civil structural,� engineering services. Services to include, but are not limited to conceptual design, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports, and construction period services. The Service Contract Act (see FAR 22.10) applies to an A-E projects if the SOW involves the use of service employees (such as drilling and survey crews, clerks, CADD/BIM operators, photographers, and laboratory technicians) to a significant or substantial extent. If the SCA applies, then wage determination (WD) from the U.S. Department of Labor (DoL) will be applicable.� SELECTION CRITERIA:� The selection criteria are listed below in descending order of importance. Criteria 1-5 are primary. Criteria 6-7 are secondary and will only be used as �tie-breakers� among firms that are essentially technically equal. FACTOR 1 � Professional Qualifications:� Resumes shall be provided for qualified professional personnel in Section E of SF 330. The selected firm must have, either in-house or through subcontracted efforts, the following disciplines: (1) project management, (2) quality assurance management, (3) architecture, (4) structural engineering, (5) civil engineering, (6) mechanical engineering, (7) electrical engineering, (8) fire protection engineering, (9) geotechnical engineering, (10) environmental engineering, (11) cost estimator, and (12) land surveying. The lead architect or engineer in each discipline must be registered to practice in the appropriate professional field and location for performance under this requirement. The basis of the evaluation will be the qualifications of key personnel in the above disciplines. The evaluation of professional qualifications will consider education, certifications, training, registration, and overall relevant experience. The firm should indicate professional registrations/licenses, advanced degrees or training, certifications from commercial organizations, professional recognition, professional associations, and specific work experience of key personnel. Firms may provide information on other personnel they feel are significant for the types of work described in the scope of services. Any additional personnel submitted beyond the required disciplines could receive additional consideration. Organizational Chart. Firms shall submit a proposed organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key point of contact). Any key personnel that will be assigned to this contract should be identified in the organizational chart. FACTOR 2 - Specialized Experience and Technical Competence: �Firms shall submit projects that demonstrate their Specialized Experience and Technical Competence.� Ensure required information as stated below is provided in SF 330 Section F, supported as appropriate in Sections E and G, and supplemented with additional information as necessary in Section H. �Present as many projects or a minimum of ten (10) projects including the prime and proposed subcontractors will be reviewed in Section F. No more than one (1) page should be used for each project. Multiple projects may be reflected on a single page. A task order executed under an Indefinite Delivery Contract (IDC) contract is a project; do not simply include information pertaining to a MATOC award.� All submitted projects must have been completed within the last five years from date of A-E pre-solicitation announcement. Firms shall describe the type of work performed and explain the roles of the prime and subcontractors for each project submitted, to include the percentage of work performed by the prime versus subcontracted effort for each project submitted. Project descriptions shall clearly state the extent of scope of work completed by the submitting firm. Firms must demonstrate experience allowing objective evaluation and ranking of A-E capabilities on the following criteria:� (1) specialized experience and technical competence for services anticipated under this contract including preparation of conceptual design, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports, and construction period service; related projects may include the disciplines listed in the �Professional Qualifications� section above; (2) Demonstrate breadth, knowledge and experience of current military and federal agency policies, guidance, and regulations for preparation of National Environmental Policy Act (NEPA) documentation including Environmental Assessments and Impact Statements; construction storm water permit and Section 404 permit; conducting biological and natural resource studies and inventories; performing cultural resources monitoring and documentation; feasibility studies for pollution prevention and energy conservation projects. (3) Demonstrate knowledge and experience with design in the following areas: Construction Design, Wastewater/water Systems Design, and Environmental Design.� (4) Demonstrate experience with North Carolina Department of Natural Resources (DNR) for environmental assessments, permits, and water and waste water projects requiring approvals, natural resources approvals and historic preservation approvals. (5) Demonstrate experience designing projects on military installations including familiarity with military codes and standards such as application of Anti-Terrorism requirements. (6) Demonstrate knowledge and experience with Endangered Species Act, National Historic Preservation Act, and Clean Air and Water Acts. FACTOR 3 - Capacity to Accomplish the Work: Firms shall demonstrate their ability to accomplish the anticipated work in an efficient manner by providing a capacity narrative in SF 330 Section H.� The evaluation will consider the ability to perform multiple projects (up to five) simultaneously by providing appropriate teams or crews to perform those tasks such as surveying, data collection and design effort. The evaluation will consider the availability of an adequate number of qualified personnel in key disciplines to perform multiple projects simultaneously. Firms should demonstrate strong ability to provide comprehensive project management; strong ability to provide comprehensive technical support; ability to provide necessary personnel for expedited and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; and ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. FACTOR 4 - PAST PERFORMANCE:� Past Performance with Government agencies and private industry, including past performance in Contractor Performance Assessment Rating System (CPARS) that is within six (6) years of the completion of performance of the evaluated contract or order, and other information contained in the Federal Award Performance and Integrity Information System (FAPIIS), e.g., terminations for default or cause.� The Government will look at similar contracts with respect to cost control, quality of work, compliance with performance/design schedules, customer satisfaction, management, and safety/security in CPARS and other sources such as past performance questionnaires. The more relevant the information, the more weight it carries. Relevancy of past performance may include at least the following factors: Similarities of the work in terms of complexity, scope and size; key personnel, branch offices, and subcontractors involved; a firm�s role in proposed contract; recency of the the past performance information; general trends in a firm�s performance; credibility and detail of the past performance report; and prior DoD A-E projects. The evaluation of past performance may include 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 Firm. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. �� FACTOR 5 � Knowledge of Locality: Knowledge of design and construction methods of military projects in the geographic area where work (Fort Bragg, NC) is anticipated to be accomplished. Knowledge of design and construction in areas with: a high water table, winter conditions (design of facilities and utilities considering heavy snow loads, wind loads, frost depths for foundations and utilities, snow removal design, freeze thaw conditions, roof design for falling ice/snow over doors and walkways, and design of heating and cooling systems for the range of temperatures) or constraints imposed by threatened and endangered species act or NC DNR wetland provisions. FACTOR 6 � Geographic Proximity: Proximity of the principal design office to Fort Bragg, NC FACTOR 7 - Volume of Department of Defense (DoD) Awards: �Volume of DOD contract awards in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. SUBMISSION FORMAT: Only email submission will be accepted. Submit an SF 330 Parts I and II.� A firm will not be considered if its SF 330 Part I is not signed, unless the SF 330 Part I is accompanied with a signed cover letter or a current signed SF 330 Part II. If a firm does not submit a SF 330 Part II with its SF 330 Part I, or have one on file, it will not be considered (FAR 36.603(b)). Although firms are encouraged to update their SF 330 Part II at least annually (FAR 36.603(d)(1)), older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by a board. A firm will not be eliminated simply for failing to submit certain information or for altering the format of a SF 330. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. �Your attention is also directed to Attachment 1 Past Performance Questionnaire and Cover Letter; follow the instructions on that attachment such that your past or current clients have ample time to submit responses to the Government prior to the submission due date.� A-E submissions are subject to the late proposal rules in FAR 15.208, under which it will generally not be accepted if the electronic submission arrives late. Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 844-237-7776 or via the internet at http://www.dnb.com/us/. If a submitting Firm is located outside the United States, the local Dun and Bradstreet office should be contacted (https://www.dnb.com/choose-your-country.html).� Except as otherwise indicated, pages shall be 8-1/2 inches by 11 inches. Where page limits are indicated for Parts/Sections of the SF 330, excess pages will not be read or considered. Each side of a sheet of paper shall be counted as a single page. Blank sheets or tabs separating the sections within the SF 330 will not count toward any page limitation. The Organizational Chart required in Section D and the Matrix required as Section G, may be presented on sheets up to 11 inches by 17 inches included in the SF 330 at the proper location. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D. Resumes in Section E shall not exceed two (2) pages each. Multiple resumes may be reflected on a single page. Resumes shall be provided for the qualified professional personnel indicated in FACTOR 1, above. Professional licenses, registrations, and/or certifications shall be specifically identified on resumes and the failure to indentify a license, registration and/or certification will result in a presumption that none exists for the individual for whom the Resume is offered. A maximum of ten (10) projects including the prime and proposed subcontractors will be reviewed in Section F. No more than one (1) page should be used for each project. Multiple projects may be reflected on a single page. A task order executed under an Indefinite Delivery Contract (IDC) contract is a project; do not simply include information pertaining to a MATOC award. In Block G-26, along with the name, include the firm with which the person is associated. Section H shall not exceed fifteen (15) pages. Indication of favorable performance ratings, awards, and repeat clientele in Section H is recommended. In Block H also indicate the estimated percentage of involvement of each proposed team member. A SF 330 PART II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. THIS IS NOT A REQUEST FOR PROPOSALS. ALL REQUIREMENTS OF THIS NOTICE MUST BE MET FOR A FIRM TO BE CONSIDERED. SUBMITTALS MUST BE RECEIVED NO LATER THAN 2:30 PM EASTERN TIME ON June 4, 2021. Regulations require that the Selection Board not consider submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:30 PM Eastern Time on the closing date specified in this announcement. �Only emailed transmissions will be accepted. A Pre-Selection Evaluation Board is tentatively scheduled to commence on or about June 08, 2021. Letters to Firms on the Final Selection List are tentatively scheduled to be sent prior to June 07, 2021. The final Source Selection Evaluation Board is tentatively scheduled to commence on or about June 08, 2021.� As required by acquisition regulations, interviews for the purpose of discussing prospective Firms qualifications for the contract will be conducted only with those firms considered most highly qualified after submittal have been reviewed by the selection board (Final Selection List). Interviews will be conducted using MS Teams.� Firms may download a free version of MS Teams at https://www.microsoft.com/en-us/microsoft-teams/download-app.� Telephone calls and Personal visits for the purpose of discussing this announcement will not be allowed. Questions are to be in writing via e-mail to the POC listed above. Following selection of the most highly qualified A-E firms, the Government will negotiate with those firms in accordance with FAR 36.6 Negotiations.� Questions will be answered in writing via posting to a Question and Answer (Q&A) document on https://beta.sam.gov/. Firms are encouraged to view the Q&A document BEFORE sending in a question as it may already be answered. All questions are to be received no later than 2:30 PM Eastern Time on May 11, 2021 to the POC listed above. All Firms making submissions acknowledge the requirement that prospective Firms must be registered in SAM in accordance with FAR Clause 52.204-7.� The SAM registration shall be ongoing through the performance, and through final payment of any contract/task order resulting from this announcement. For instructions on registering in SAM, see the SAM website at ttps://sam.gov/SAM. Firms are required to comply with FAR Clause 52.204-7.� Attachments: Attachment 1 � Past Performance Questionnaire Attachment 2�� Government Responses to Industry Questions Attachment 3�� Amendment to Announcement Posting
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f55ccf3f4271402b8688dccc1959ae29/view)
- Place of Performance
- Address: Fort Bragg, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN06016274-F 20210530/210528230110 (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 |