Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2021 SAM #7260
SOLICITATION NOTICE

C -- IDIQ procurement to acquire AE Services under individual task orders for Mobile District�s Military Planning Division to support for the BUILDER SMS Implementation and Sustainment at various Army Installations and Sites

Notice Date
10/15/2021 9:18:56 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127821R0062
 
Response Due
11/2/2021 9:00:00 AM
 
Archive Date
11/17/2021
 
Point of Contact
Shemekia R. McMillan, Phone: 2516903118, Donald C. Sumner, Phone: 2516943848
 
E-Mail Address
shemekia.r.mcmillan@usace.army.mil, Donald.C.Sumner@usace.army.mil
(shemekia.r.mcmillan@usace.army.mil, Donald.C.Sumner@usace.army.mil)
 
Description
****AMENDMENT 0001 SOLICITATION�ANNOUNCEMENT IS ATTACHED under Attachments/Links TAB**** Document Type:� Solicitation Announcement Classification Code:� C � Architect and Engineering Services Subject: Notice for Architect and Engineering (AE) Services to support the Builder SMS Program, Mobile District, South Atlantic Division (SAD), USACE Solicitation Number:� W9127821R0062 Set-Aside Code:� None Response Date:� 02 November 2021 Place of Performance:� USACE, Mobile District CONTRACT INFORMATION: �The U.S. Army Corps of Engineers, SAD, Mobile District requires AE Services for the Builder Sustainment Management Systems (SMS) Program. Services are to be provided under a Multiple Award Task Order Contract (MATOC).���� This procurement will be conducted in accordance with the Architect and Engineer Selection Procedures (formerly referred to as the Brooks Act). The North American Industry Classification System (NAICS) code for this action is 541330.� It is open to all AE firms regardless of size. The Government intends to award five (5) or more contracts on an Unrestricted basis that will utilize a total shared capacity of $49,000,000 for an ordering period not to exceed five (5) years. Work under this contract will be subject to satisfactory negotiation of individual firm fixed price task orders. Rates will be negotiated for each 12-month ordering period of the contract. Task orders will be competed among the MATOC holders using Architect and Engineer Selection procedures pursuant to FAR Subpart 36.6 in accordance with EP 715-1-7, the USACE TORN Process, and FAR 16.505(b)(1). SB MATOC holders will be able to compete for all task orders. All UR MATOC holders will be able to compete on task orders that are not set-aside for SBs. All MATOC awardees shall provide AE services to support the Builder SMS Program as defined in 40 U.S.C. 1101 and FAR 2.101. All interested AE firms are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest). Awardees must also comply with FAR Clause 52.204-25 (Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment) and FAR Provision 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment). PROJECT INFORMATION: �This procurement is seeking AE services as defined in 40 U.S.C. 1101 and FAR 2.101. Mobile District was designated in 2017 as the Program Manager for the Builder SMS Program for the Installation Management Command (IMCOM). The services to be provided are for timely and cost-effective responses to support the Mobile District Builder SMS Program at various Army Installations and Sites. AE services will be performed primarily at federal and military installations within the Continental United States, Alaska, Hawaii, Korea, Japan, the Pacific, and Europe. Some sites will require Status of Forces Agreement (SOFA) clearance. The MATOCs are intended to provide a full range of comprehensive support for the Builder SMS Implementation and Sustainment program. Comprehensive support will be for general planning services for Builder, specific planning support for Builder projects, program/project coordination, and management. Firms may be required for Builder administration to include organization, communication, tracking, execution, and reporting. Services include but are not limited to: providing Builder SMS program planning and support; providing Builder project level planning and support; coordination of program requirements with stakeholders; providing work planning support; providing onsite and offsite technical expertise; providing planning, evaluation and assessment services; input, analyze, and export information in the Builder Database; managing program documentation and revisions based on Agency policies; developing multimedia Builder products and reports; conduct coordination meeting, in-briefs, out-briefs, and planning charrettes; briefing leadership on mission execution and compliance status; preparing reports on program compliance status and corrective action measures; and perform quality control of program/project deliverables.�� SELECTION CRITERIA:� The source selection factors for this procurement are listed below in descending order of importance. Factors 1 through 6 are primary. Factor 7 is secondary and will only be used as a tie-breaker among technically equal firms. Primary factors will be assigned a rating from �outstanding� to �unsatisfactory�, 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 solicitation, will be determined non-compliant and will be removed from further consideration. After all ratings have been assigned, Offerors will be ranked as �Most Highly Qualified,� �Highly Qualified,� and �Not Qualified� in accordance with EP 715-1-7 Architect-Engineer Contracting In USACE. For purposes of this solicitation, a stand-alone contract (such as a �C� or �P�-type contract) or single task order under an Indefinite Delivery Contract is considered one project. Separating activities performed under a contract or task order will not be considered multiple projects; conversely, combining activities performed under separate contracts or task orders to produce a single project will not be considered. Projects in which the AE Service is not 100% complete will not be evaluated. Factor 1.� Professional Qualifications (SF330, Part I, Section E) Part A � Resumes of Key Personnel (Section E, Blocks 12 � 18):� Offerors must have, either in-house or through consultants or subcontractors, the disciplines listed below. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided in Section E.� Each resume shall not exceed one page in length. All Professional Registrations, Licensures and/or Certifications must identify the state in which Professional Registration, License and/or Certification is obtained; Professional Registration, License and/or Certification number; and expiration dates (as applicable). In Block 13, the role listed must use the exact same discipline nomenclature as listed below.� If an individual will serve in more than one role, then all disciplines shall be clearly indicated in Block 13. The content of Section E is not to be altered and all items within Section E shall be answered completely. Additionally, all Key Personnel must be shown on the organizational chart in Section D. The following disciplines are required: Program Manager Project / Task Order Manager (3) Electrical Engineer - Professional Engineer, provide licensure/certification number and date (4) Mechanical Engineer � Professional Engineer, provide licensure/certification number and date (5) Civil Engineer - Professional Engineer, provide licensure/certification number and date (6) CADD/GIS Technician(s) � minimum associate�s degree, state major in the specified field of study (7) Quality Control Manager � Professional Engineer or Registered Architect, provide licensure/certification number and date (8) Architect � Registered Architect, provide licensure/certification number and date (9) Cost Estimator - Certified CCP or CEP or equivalent through organizations such as AACE, ICEC, PCEA; provide licensure/certification number and date (10) Master Planner � AICP Certified, provide certification number and date Part B � Relevant Projects (Section E, Block 19):� All Key Personnel are required to have a minimum of five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to this solicitation. The definition of a project is as noted in �Project Information� and �Selection Criteria� above. Relevant projects are those that reflect experience performing the respective discipline. Relevant Project information should be brief and highlight specific roles and tasks performed by the Key Personnel, Project Type, Scope, and Costs. No more than five projects should be listed for each resume, and each project listed must have been 100% complete within five (5) years of publication of this solicitation announcement. (Note:� The projects provided for this factor may also be used to address Factor 2.) The evaluation of Factor 1 will take into consideration the education and current registration, licensure, certification(s), or specialized training, as applicable, of each person named for each discipline and that person�s longevity with the firm named in Block 15. It will also take into consideration the person�s relevant project experience provided in Block 19. More weight will be given to experience with Builder SMS projects in support of IMCOM that are 2-million or larger square-feet and that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information. This factor may be assessed Strengths or Weaknesses, as appropriate. Only the Key Personnel disciplines requested in this solicitation will be evaluated. The basis of evaluation for Factor 1 will be information submitted in Part I, Sections E and G. Factor 2.� Specialized Experience and Technical Competence (Projects) (SF330, Part I, Section F) For Factor 2, Offerors are to demonstrate specialized experience and technical competence which meets the definition of AE Services as defined in 40 U.S.C. 1102 and FAR 2.101. In Section F Offerors are to submit a minimum of six (6) but no more than ten (10) projects that best illustrate the proposed team�s qualifications for award of a contract.� (Note: The projects provided for Factor 1 may also be used to address this factor, however, not by reference only.) The definition of a project is as noted in �Project Information� and �Selection Criteria� above. For each project use only one page and note the contract or task order number, as applicable. The SF330 may be modified in order to meet the Submission Requirements (font size); however, the content of Section F is not to be altered (removal or deletion of required Blocks) and all items within Section F shall be answered completely. Projects in which the AE Service is not 100% complete will not be evaluated. All projects must have been conducted within five (5) years of publication of this solicitation announcement (see Block 22) and must be 100% complete at the publication of this solicitation announcement.� At least six (6) of the projects presented must show that the Offeror (the firm submitting the SF330 as the prime contractor), whether as a prime contractor or subcontractor, performed the majority (>50%) of the work on the project. �To demonstrate such performance, Offerors are to specifically describe the type(s) of work performed and state the percentage they performed of each type of work.� If a proposed subcontractor also worked on the project, state the type(s) and percentage(s) of work it performed.� If an Offeror submits more than six (6) projects, those projects must reflect performance of work by the Offeror, or one or more of its proposed subcontractors.� For each such project state the percentage of work performed by the Offeror, and/or the percentage of work performed by each proposed subcontractor. Clearly identify the Project Number (as indicated above), Type and the Offeror�s role on the project. In Block 24, �cost� is the total value of the project, not simply the value of the work performed by the Offeror and/or any proposed subcontractor. The Government reserves the right to review any official performance evaluation system of records to inform its source selection decision. When completing Section G, in Block 26, along with the name of key personnel, include the firm with whom the person is or was associated at the time the project was performed.� Those firms submitting as Joint Ventures (JV) must follow the same procedures as any other Offeror with the following exception. If the JV (the Offeror) cannot provide at least six (6) projects that demonstrate performance by the JV of 50% or more of a project, as either a prime contractor or subcontractor, the JV may provide projects performed by any partner of the offering JV that reflect performance of 50% or more of a project, as either a prime contractor or subcontractor. JV Offerors are not required to submit projects of both partners but more consideration may be given for projects that were performed as a JV. Of the projects submitted as prescribed above, relevant projects are those that reflect the specialized experience and technical competence of the Offeror and/or proposed subcontractor(s), as prime contractors or subcontractors, performing services similar to those described above in the paragraph titled Project Information. More weight will be given to experience with Builder SMS projects in support of IMCOM that are 2-million or larger square-feet and that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information. This factor may be assessed Strengths or Weaknesses, as appropriate. The basis of evaluation for Factor 2 will be information submitted in Part I, Sections F and G. Factor 3.� Specialized Experience and Technical Competence (Technical Capabilities) (SF330, Part I, Section H) In Part I, Section H, the Offeror must provide a proposed work management plan demonstrating its team�s breadth of knowledge and experience with the Builder SMS Program for IMCOM. The narrative should describe the corporate approach, driving criteria or potential constraints, and examples of successful performance. The narrative should specifically discuss knowledge of, and experience with, inventory/inspection assessment; data entry experience; number and roles of prime and subcontractor (broken out by firm) involved with conducting BUILDER assessments by installation; average production rate of square-footage assessed per person; total square feet assessed per year for each DoD stakeholder (broken out by installation); data collection methods and tools used during assessment field work portion for both inside and outside of secure areas. The narrative should also specifically address work management planning to include quality management, subcontractor management, prior experience of the prime firm and any significant consultant, version control management, proactive internal and external communication protocols, electronic systems and/or software used in budget, schedule and quality management, and independent submittal review processes in the context of providing services under multiple task orders. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 4.� Past Performance (SF330, Part I, Section H) Offerors shall demonstrate in narrative (or other format) a history of customer satisfaction with the Offeror's quality of work, cost control and scheduling. Past Performance history is not to be limited to information presented in Factor 2. Past performance can be substantiated by presentation of CPARS or PPQ ratings, or customer ratings from other project evaluation systems. Submission of CPARS or PPQs in their entirety are not required. Customer excerpts or quotes from prior evaluations for the purposes of substantiating the narrative are not desired. The narrative should describe the corporate approach for maintaining success with customer satisfaction with the Offeror's quality of work, cost control and scheduling. This factor may be assessed Strengths or Weaknesses, as appropriate, with more weight given to successful performance ratings in these three areas on Department of Defense contracts. � Factor 5.� Capacity to Accomplish the Work (SF330, Part I, Section H) All Unrestricted Offerors are to clearly demonstrate the capacity to accomplish at least four (4) $500,000 task orders simultaneously. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 6.� Knowledge of Locality (SF330, Part I, Section H) Offerors are to clearly demonstrate their knowledge of the locality of the Mobile District�s Builder SMS Program for IMCOM. The narrative should describe the any known features that are unusual of unique to Mobile District�s AOR specifically in support of the Builder SMS Program given pertinent current agency policy, guidance, and regulation. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 7.� SB and SDB Participation (SF330, Part I, Section H) Offerors shall provide the extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions. The participation is to be measured as a percentage of the total anticipated contract effort, regardless of whether the small businesses, small, disadvantaged businesses, historically black colleges and universities, or minority institutions are the prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. This factor is not to be confused with a formal subcontracting plan. This factor is a secondary criterion and will only be evaluated as a tie-breaker among technically equal firms.� Interviews. �As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications will be conducted by the AE Evaluation Board (Selection Board). Interviews will be held with those offerors deemed by the Board to be qualified for award.� Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed.� SUBMISSION REQUIREMENTS:� Interested AE firms or joint ventures (JVs) with the capabilities to perform this work are invited to submit one (1) complete PDF of their SF330 (Architect-Engineer Qualifications) proposal. Offerors must submit the electronic proposal package to the USACE via DoD SAFE (https://safe.apps.mil/). Emailed submissions of proposals are not permitted and will not be accepted under any circumstances. DoD SAFE provides a time stamped notification to the Government when a file is uploaded. The Government must receive your proposal no later than the time and date as specified in this solicitation. The DoD SAFE system notification must show the proposal �Drop-Off� or submission was prior to the specified time. DoD SAFE requires a unique �Request for Drop-Off� code in order to upload proposal files. Offerors must submit their requests for a �Request for Drop-Off� code no later than midnight CST the day prior to the proposal submission date. Requests received the day proposals are due will not be honored or fulfilled. The Government will begin to issue the �Request for Drop-Off� codes the day before submittals are due in order for Offerors to upload proposal files. All DoD SAFE requests and submission exchanges shall be sent to each of the following recipients:� Ms. Cheryl Ayler at Cheryl.L.Ayler@usace.army.mil and Ms. Courtney Perry at Courtney.L.Perry@usace.army.mil. The current edition of the SF330 must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486.� PDFs shall be compatible with Adobe Acrobat XI or an earlier version. Proposals submitted in a format other than as described above will not be accepted.� All Offerors responding to this solicitation MUST identify on the front cover of the SF330 their company name and solicitation number for which they are submitting. Firms submitting separate proposal responses for more than one category must upload all files at one time to DoD SAFE as the �Request for Drop-Off� grants only a single use for upload(s). All Offerors, to include JVs, submitting proposals shall obtain a DUNS number.� Include the DUNS number in Part I, Section B, Block 5 next to the name of the firm.� Additionally, all Offerors, to include JVs, must be registered in the System for Award Management (SAM).� For instructions on registering with the SAM, go to https://www.sam.gov/SAM.� JVs are to include a fully executed JV Agreement with their proposal at Part II.� JVs submitting as 8(a) are to include a JV Agreement that has been reviewed by their respective SBA District. All fonts shall be at least 12 or larger in Arial (not Arial Narrow) to include text, tables, and figures.� Pages shall be 8-1/2 inches by 11 inches. The Organizational Chart required in Part I, Section D and the Matrix required by Part I, Section G may be presented on a sheet up to 11 inches by 17 inches, each counting as one page respectively. Do not use multi-column formatting.� The SF330 is to be organized as indicated below. Part I of the SF330 shall not exceed 40 pages, including cover sheets, cover letters, separators, and blank sheets, and shall be organized as follows: SF330, Part I, Sections A, B, C and D. SF330, Part I, Section E. SF330, Part I, Section F. SF330, Part I, Section G. SF330, Part I, Sections H and I. Part II of the SF330 shall not exceed 30 pages, including cover sheets, cover letters, separators, and blank sheets. A Part II is required for each branch office of the Offeror and any subcontractor that will perform a key role under the contract. Part II shall be organized as follows: SF330, Part II SF330, Part II, Offeror and Subcontractor Information and Joint Venture Agreement (as applicable) (This document does not count against the page limitation for Part II). OFFERS MUST BE RECEIVED AT THE ADDRESS INDICATED ABOVE NO LATER THAN NOON CENTRAL TIME ON 02 NOVEMBER 2021. The Agency will not accept any offers received after this time and date. � ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted. Questions should be submitted no later than 19 October 2021, NOON Central Time to allow time for a response. On this date and time, the portal will be closed.� To submit and review inquiries, firms will need to be current registered users of the ProjNet system.� To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login.� Complete all required information and then click CREATE USER.� Verify that information on the next screen is correct and click CONTINUE.� From this page you can view all bidder inquiries for this solicitation or add an inquiry.� Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team.� The Solicitation Number is:� W9127821R0062.� The Bidder Inquiry Key is: TUA4PI-3HSW7X. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal.� CAUTION:� Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24c588b598994d1eb01ffa454dc73166/view)
 
Place of Performance
Address: Mobile, AL 36602, USA
Zip Code: 36602
Country: USA
 
Record
SN06158398-F 20211017/211015230119 (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.