Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2021 SAM #7211
SOLICITATION NOTICE

C -- Architect-Engineer (A/E) services for Construct Forward Area Refueling Point (FARP), Bldg 685

Notice Date
8/27/2021 11:46:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441821B685FARP
 
Response Due
9/7/2021 1:00:00 PM
 
Archive Date
09/22/2021
 
Point of Contact
Sheila Vickers, Phone: 8439635174, Michael Mesko, Phone: 8439635172
 
E-Mail Address
sheila.vickers@us.af.mil, michael.mesko@us.af.mil
(sheila.vickers@us.af.mil, michael.mesko@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS� For� ARCHITECT-ENGINEER (A-E) SERVICES FOR�CONSTRUCTION OF FORWARD AREA REFUELING POINT (FARP), B685� 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�constructing a 3,376 SF single story sprinkler equipped facility and demolition of the current 600 SF facility�at Joint Base Charleston - Air Base (JBC-AB) located in North Charleston, SC.� 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,�Sheila Vickers, via email at�sheila.vickers@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�2:00 p.m.,�Eastern Standard Time (EST) on�3 Sep�21.� Offerors shall submit�electronic�SF 330s to�the Contracting�Office no later than�4:00 p.m., Eastern Standard Time (EST) on�7�Sep�21.��The Contracting Office will accept�submissions�via�e-mail or�DOD SAFE at https://safe.apps.mil.�The method of submission will depend on the file size.��In order to facilitate the sending and receiving of�submissions�via DoD Safe, 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.�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@us.af.mil� Contract�Specialist:�sheila.vickers@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, the firm 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. A firm 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. The�firm selected as�the most highly qualified will be issued an individual Request for Proposal to�negotiate labor rates.�� INTERVIEWS: The evaluation�board may conduct an interview with the highly qualified firm (by phone, in person,�or in writing) during the final selection process.��� RFPs: The firm which is 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.�� The firm 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�constructing�a�3,376 SF single story sprinkler-equipped facility consisting of concrete foundation, concrete floor slab, masonry-type exterior and sloped standing seam metal roof, including utilities:� General Scope:�Architect-Engineer (A/E) services are required to provide complete, detailed drawings, specifications, and cost estimates for �Project DKFX�1079989,�CONSTRUCT FORWARD AREA REFUELING�POINT�(FARP), BLDG 685� at Joint Base Charleston - Air Base, South Carolina.� 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.� The intent of this task order is to�construct a 3,376 SF single story sprinkler equipped facility consisting of concrete foundation, concrete floor slab, masonry-type exterior and sloped standing�seam metal roof, including utilities. Program includes the following rooms: maintenance space, custodian, office, storage, electrical, telecom, supply, toilet and locker room. Refer to attached FARP facility plans at Cannon Air Force Base for design precedent.� The�building�will provide support to Air Mobility Command�s sole Air Force Special Operations Command (AFSOC) Forwarding Area Refueling Point personnel and equipment.� Project will include demolition of the current 600 SF facility but shall remain operational during construction.� In addition, facilities will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01. General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01.� All applicable land disturbance regulations (SWPPP, DHEC, etc.) are required. The new facility shall�be in compliance with�the Architectural Compatibility Plan. The project includes all necessary and required utilities, such as mechanical and electrical, and AT/FP measures. The design shall include but not be limited to:� � Site Evaluation.� Investigate the site in sufficient detail to ensure that all major site parameters have been identified including soil conditions, environmental issues, and constraints and proximity to utilities and access roads.� The A/E shall evaluate and program elements such as adjacency and traffic control.� User Functional Requirements.� The A/E shall identify, confirm, or validate User requirements to ensure all requirements have been identified and all viable options for satisfying those requirements have been sufficiently evaluated.� Document all correspondence and record all meetings and include these in the final design report(s).� Initial Concept Schemes.� Provide one conceptual scheme (general site and floor plans, elevations and perspective) for Government review.� Project Requirements and Parameters.� Establish project parameters such as project and facility footprints, roof shape and construction, exterior finish materials and other parameters that shall impact construction costs.� Seismic Zone and Soil Conditions.� Evaluate seismic and soil conditions to establish foundation and structural system parameters.� Utilities Requirements.� Evaluate utility requirements including heating and cooling sources, estimate electrical loads, and water, etc. to establish utility parameters.� Supporting Facility Requirements.� Identify and quantify all facilities and requirements that are/or may not be included in the project unit costs.� Interior finishes.� Define parameters for interior finish materials and quality levels.� The A/E shall perform all Architectural and Engineering services necessary for the preparation of construction contract plans and specifications (using English measurements), including supporting design analyses, construction cost estimates, etc.� The work includes, but is not specifically limited to, studies, investigation, and design of supporting utilities and/or facilities, such as water supply, HVAC, electric service, exterior and/or security lighting, storm drainage, communications and information systems and general site improvements.� DESIGN DEVELOPMENT PHASES:� The work shall be accomplished in two phases:� Phase I shall include Site Investigation, Asbestos and LBP Surveys, Cost Studies, and Conceptual scheme; Phase II shall include 35%, 65%, 95% and 100% submissions.� The project must be accomplished within the Construction Cost Limitation (CCL) indicated�in the design work order.��If the cost estimate, at any time, exceeds this amount, the A/E shall provide recommendations to reduce the project cost to within the CCL.� Definitions: The following definitions are provided to aid in the preparation�of the SF 330:� ""Relevant Project""�is defined as Title I�services specifically associated with�constructing a single-story, masonry-type facility.� �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.� ""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�services specifically associated with�constructing a single-story, masonry-type facility.�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 firm.�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.��� �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.� 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�constructing a single-story, masonry-type facility,�in-depth knowledge of Unified Facility Guide�Specifications for�masonry construction, knowledge of�Unified Facilities Criteria (UFC) 1-200-01. General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01�� 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.� 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�250 miles driving distance of Joint Base Charleston, SC.� 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.� D.�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/d634da56242541668266755cca556570/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN06114083-F 20210829/210827230119 (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.