SOLICITATION NOTICE
C -- $9.9M Construction Phase Services
- Notice Date
- 8/29/2023 8:02:03 AM
- 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
- W9123823R0049
- Response Due
- 10/6/2023 3:00:00 PM
- Archive Date
- 10/21/2023
- Point of Contact
- Barton Kirkpatrick, Phone: 9165577692, Barton Kirkpatrick, Phone: 9165577692
- E-Mail Address
-
barton.t.kirkpatrick@usace.army.mil, barton.t.kirkpatrick@usace.army.mil
(barton.t.kirkpatrick@usace.army.mil, barton.t.kirkpatrick@usace.army.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- SYNOPSIS: ARCHITECT-ENGINEER (A-E) SERVICES PRIMARILY FOR CONSTRUCTION PHASE SERVICES ($9.9 M) WHICH SUPPORT CIVIL WORKS, INTERAGENCY AND INTERNATIONAL SERVICES (IIS), AND MILITARY CONSTRUCTION PROJECTS FOR SACRAMENTO DISTRICT AND OTHER DISTRICTS IN DIVISION BOUNDARIES CONTRACT INFORMATION: These Architect-Engineer (A-E) Construction Phase Services (CPS) Contracts are being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in the Federal Acquisition Regulation (FAR)Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and professional qualifications for the required work. This requirement is being solicited as an Indefinite Delivery Contract (IDC) and is open to all interested Woman Owned Small Business�s (WOSB), for Construction Phase Services (CPS). The IDCs will be in support of civil works, Interagency and International Services (IIS), and military construction projects for Sacramento District (SPK) and other districts within the South Pacific Division (SPD) boundaries. The intent of this acquisition is to award approximately four (4) A-E IDCs with a shared capacity of $9,999,000.00 for the duration of the contract. The government estimates the majority of requirements competed under this Multiple Award Task Order Contract (MATOC) will be in the range of $75,000.00 to $150,000.00. The initial contracts are anticipated to be awarded on or about May, 2024. IDCs will have a 60-month period of performance with five (5) one year ordering periods. Each IDC will have a guaranteed minimum amount of $2,500.00 for the first ordering period. North American Industrial Classification System (NAICS) code for this acquisition is 541330, Engineering Services, which has a small business size standard of $25,500,000.00 in average annual receipts and corresponds to Standard Industrial Code (SIC) Code 8711. The Product and Service Code (PSC) is C219 � Architect and Engineering. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all personnel, services, materials, supplies, office space, and supervision required to fully complete each task order. Task orders issued against the contract awarded under this announcement may be used by all districts within SPD. Contract Award Procedures: Professional Labor Rates will only be increased once every 12 months. Any task order issued at any time within the 12-month period must use the rates of the period in which the task order is executed by the Contracting Officer and will be in effect for the entire length of the task order. New rates go into effect only at the end of the 12 month period. The proposed services will be obtained by a negotiated Firm Fixed Price (FFP) task order. To be eligible for contract award, a firm or Joint Venture must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM, please see the SAM website at https://www.sam.gov/. No State- Level certifications shall be accepted. If a specific task order requires the use of labor categories covered by the Service Contract Labor Standards (FAR 22.10), then the appropriate labor standards will be applied to that specific task order acquisition for those labor categories. e. Anti-Antiterrorism and Operations Security (AT/OPSEC) requirements as well as E-Verify (employment) will be required for all military or critical infrastructure projects. For other tasks, determination will be made per individual task order and by the Contracting Officer. ENG FORM 6055, June 2015 can be obtained at the following link; http://www.publications.usace.army.mRil/Portals/76/Publications/EngineerForms/ENG_Form_6055.pdf?ver=2015-11-24-105601-703 PROJECT INFORMATION: Construction Phase Services will be professional services of an architectural or engineering nature associated with construction of real property. The services are to be provided by registered Professional Engineer or Registered Architecture, or degreed engineers or construction managers, to be determined at the task order level. The services provided under these Contracts will provide Interdisciplinary Project Engineering Support Services, Construction Control Representative Services, Office Engineering Services, and Schedule review for management, monitoring, and oversight of project progress, claims and completion. The services provided will include but are not limited to shop drawing review, evaluation of construction methods, interpretation of plans and specifications, project schedule review and interpretation, and building commissioning. The services will also include other professional services of an architectural or engineering nature incidental to construction, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, value engineering, soils engineering, preparation of operating and maintenance manuals, and other related services. Although the services will be predominantly required to support construction activities for Civil Works, IIS, and Military projects, they may also include tasks to support projects not yet in construction. In addition, the following services will be required: Onsite assistance and guidance to government construction field offices; onsite assistance and guidance to government construction field offices; onsite construction Quality Assurance (QA) inspection and reporting; onsite construction Administrative Assistant services; daily onsite evaluation of construction methods and materials, jobsite safety, construction progress, and building commissioning; project coordination; tracking and reporting daily job activities; developing suggested SOW(s) for construction modifications; review of Network Analysis Schedules (NAS); LEED support; review of Quality Control Plans, Storm Water Pollution Prevention Plans, and Safety Plans; preparation of construction cost estimates; processing of modifications to construction contracts; preliminary analysis of construction contractor claims; and other incidental services related to Construction Phase Services. Selected firms may be required to provide personnel on site from 1 to 5 years which may include those associated with Quality Assurance (QA) services, shop drawing review, evaluation of construction methods, interpretation of plans and specifications, project schedule analysis, civil engineering technicians, CAD technicians, professional licensed engineers, office engineers, and project engineers (registered and non-registered namely architects, mechanical, structural, electrical, certified value engineers, fire protection engineers, geotechnical engineering, NAS schedulers, BIM (Building Information Modeling) specialist, cost engineers, commissioning specialists etc.). None of the contractor personnel will be performing inherently governmental functions.� A specific scope of work will be issued with each task order. Each task order will have its own scope describing required services and schedule based on the complexity of the applicable project. Individual task orders will principally include construction phase services in support of IIS, Civil Works, and Military construction and maintenance and repair projects. A specific scope of work will be issued with each task order. These services are for use by the South Pacific Division consisting of: Sacramento District (SPK), San Francisco District (SPN), Los Angeles District (SPL), and Albuquerque District (SPA). SELECTION CRITERIA: The selection criteria are listed below. Criteria A through E are primary selection criteria and are listed in descending order of importance (Criteria A is more heavily weighted than Criteria B, Criteria B is more heavily weighted than Criteria C, etc.). Criteria F is secondary and will only be used as tie-breakers among technically equally highly qualified firms. Criteria A � Specialized Experience and Technical Competence Criteria B � Professional Qualifications Criteria C � Capacity to Complete the Work Criteria D � Past Performance Criteria E � Knowledge of Locality Criteria F � Equitable Distribution of DOD Contracts Depending on the number of SF330 submissions received, the government may establish a Preselection Board to determine the highly qualified firms. If used, a Preselection Board will only use Criteria A and B to determine the highly qualified firms. Highly qualified firms� SF330 submissions will then be fully evaluated by the Selection Board to determine the mist highly qualified firms. Each criterion shall be assigned a rating from Exceptional to Unsatisfactory based on the risk to the Government that the offeror will successfully perform under the Criteria being evaluated. An overall rating will also be applied to the proposal submission using rating of each criterion and the same scale. After rankings, the firms will be identified as �Most Highly Qualified�, �Highly Qualified� and �Not Qualified� in accordance with EP 715-1-7 Architect-Engineer Contracting in USACE. CRITERIA� A - Specialized experience and technical competence: Specialized Experience (SF 330, Part I, Sections F & G): provide examples of not more than seven (07) projects completed within the last five (5) years that best demonstrate specialized experience like that which is described herein. Project examples submitted should reflect completed projects. All projects cited must identify start/complete dates as well as the project size (cost and scope). Project examples submitted should be of completed or substantially completed construction projects and shall identify start and completion dates as well as the project size (total cost of construction contract and total cost of CPS only contract) and scope. ""Substantially completed"" is defined as completed to the point that the entire facility is able to function as designed and the owner is able to take full beneficial occupancy (with only minor work remaining to complete the contract). Projects that included professional design A-E Services and Construction Phase Services (CPS) will be accepted. For submittal purposes, an example project can consist of either a single task order on an IDIQ contract, or a stand-alone contract for CPS. An IDIQ contract SHALL NOT be submitted as an example project. The Government will only evaluate information provided for specific tasks on completed Task Orders under an IDIQ contract. Example projects are subject to the following considerations: A minimum of one (1) project shall demonstrate relevant experience with projects having professional fees from a range of $75,000.00 to $150,000.00, with CPS fees that are at least 50% of the total fee, as the prime contractor for construction phase A-E services required in this solicitation. A minimum of one (1) but no more than two (2) full designs that cover all the primary project types of scopes described. A minimum of two (2) repair and/or modernization of existing facilities and two (2) new facilities. A minimum of one (1) but no more than two (2) Design-Build RFPs. Capability and recent experience A-E service activities anticipated include a broad range of engineering and construction support activities including (but not limited to) assistance and guidance to field and design offices, project management, construction Quality Assurance (QA) inspection and reporting, interpretation of construction contract documents, shop drawing review, review of Construction Schedules and Quality Control (QC) plans, evaluation of construction methods, final commissioning, and investigation and reporting of construction contractor claims. The A-E firm(s) will act as an independent contractor and not as an agent of the U.S. Government and shall in accordance with the terms and conditions of the contract furnish all labor and supervisory management required for the performance of the work that will be described in separately issued task order scopes of work (SOW). Capability and experience with services in support of drawing review, evaluation of construction methods, interpretation of plans and specifications, project schedule review and interpretation, and building commissioning. The services will also include other professional services of an architectural or engineering nature incidental to construction, design reviews (quality control and constructability), including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, value engineering, soils engineering, preparation of operating and maintenance manuals, cost engineering (using MCACES), GIS and CADD/BIM capability and other related services. Although the services will be predominantly required to support construction activities for Civil Works, IIS, and Military projects, they may also include tasks to support projects not yet in construction. In addition, Capability and experience with services in supporting the following will also be evaluated: Onsite assistance and guidance to government construction field offices; onsite assistance and guidance to government construction field offices; onsite construction Quality Assurance (QA) inspection and reporting; onsite construction Administrative Assistant services; daily onsite evaluation of construction methods and materials, jobsite safety, construction progress, and building commissioning; project coordination; tracking and reporting daily job activities; developing suggested SOW(s) for construction modifications; review of Network Analysis Schedules (NAS); LEED support; review of Quality Control Plans, Storm Water Pollution Prevention Plans, and Safety Plans; preparation of construction cost estimates; processing of modifications to construction contracts; preliminary analysis of construction contractor claims; and other incidental services related to Construction Phase Services. Work experience within the South Pacific Division consisting of: Sacramento District (SPK), San Francisco District (SPN), Los Angeles District (SPL), and Albuquerque District (SPA) and South Pacific Division boundaries. The states within the SPD boundaries are California, Arizona, Nevada, Utah, New Mexico and portions of Colorado, Oregon, Idaho, Wyoming, and Texas. Technical Competence will be evaluated based on the firm's management plan. The Work Management Plan shall be presented in Section H and may reference Sections C and D. The plan shall include the following: 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 firm. An organizational chart for the team with a discussion of the Work Management Plan for this contract and personnel roles in the organization (either Section D or H). Identify on the submitted organization chart the relationships and lines of authority of the proposed team members, including key subcontractors. Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower-level engineering positions. Include key personnel names, titles, years of experience, and professional certifications to include the states they are certified in. A narrative describing (1) the firm�s partnering philosophy to develop and sustain relationships between the A-E, Government, and stakeholders (2) the firm�s approach to provide exceptional delivery measured by expedited delivery, lower construction costs, and quality assurance. (3) The narrative shall describe design quality management procedures that optimize quality, limit re-submittals of incomplete work, and increase efficiency of delivery. If submitting as JV, describe procedures that will limit the need for reviews across multiple firms while maintaining a quality product. (4) Describe previous experience between team members as structured in the offeror�s current proposed teaming arrangement. For example, if proposing as a JV, previous experience in a prime and subcontractor relationship would not be relevant and vice versa. (5) Describe procedures for financial management and task order management. If submitting as a JV, describe procedures for administering multiple task orders across the JV arrangement and how modification of task order management would ensure efficiency within the JV.� CRITERIA B - Professional qualifications: Professional qualifications of personnel will be evaluated on the experience with professional services of an architectural or engineering nature associated with construction of real property. The services are to be provided by registered Professional Engineer or Registered Architecture, or degreed engineers or construction managers, to be determined at the task order level. The following list of key personnel shall have the appropriate licensure or certifications listed below, and a minimum of five (5) years of experience in construction phase services, primarily vertical construction, along with the minimum number of personnel in each discipline, except for Communication Systems Engineers, Construction Representatives and Scheduler/Project Control Specialists, which shall have a minimum of ten (10) years of experience in construction phase services, primarily vertical construction. Key Personnel: Project Engineers/Construction Managers Civil Engineer, Structural Civil Engineer, Site Layout Cost Engineering Mechanical Engineer Fire Protection Engineer Electrical Engineer� Architect Building Systems Commissioning Agent/Engineer (AABC Commissioning Group (ACG) member) Communication Systems Engineer� Construction Representative (Con Rep) Scheduler/Project Control Specialist The proposed primary lead project manager, architect, or engineer in each discipline will be professional services of an architectural or engineering nature associated with construction of real property. The services are to be provided by registered Professional Engineer or Registered Architecture, or degreed engineers or construction managers, to be determined at the task order level. Project Management Professional (PMP) certificate can substitute for a professional license for a project manager. Cost engineers will be evaluated on their relevant experience. Identified key personnel may be more highly evaluated if the person(s) participated as a member of the A-E firm. SF 330 Requirements: Using SF 330 Section E, Resumes of Key Personnel Proposed For This Contract, Resumes are required for each key personnel member, in addition to key personnel listed above, submit resumes of key management and technical personnel. All submitted resumes shall include overall relevant experience and longevity with the firm (longevity with a firm will be weighted higher). Prepare a separate Section E for each person. Indicate whether the key personnel are employed by the prime contractor or subcontractor. The government will consider the education and current registration, licensure/ certification(s), years of experience, as applicable, of each person named in Block 15. It will also consider the person�s relevant project experience provided in Block 19. More weight shall be given to experience with full-design type projects, that are of comparable scope magnitude and complexity to that described above in the paragraph titled Project Information. Key Personnel disciplines requested in this solicitation will be a higher-weighted criteria during the evaluation process. CRITERIA C - Capacity to Accomplish Work (Section H): A firm's capacity plan must demonstrate the ability to accomplish multiple task orders in multiple locations simultaneously, with the demonstrated ability to accomplish at least three (3) $500,000 individual task orders simultaneously. For any one task order, the plan must demonstrate ability and capacity to provide the adequate number of personnel required to execute the task order award, with at least half being key personnel of the type listed above and maintain that level of personnel commitment over a one-year period. The plan shall also describe the firm's present workload and the availability of the project team (key personnel and subcontractors) for the specified contract performance period; describe the strategies to meet surges in unexpected workload demand; ability to mobilize; and describe the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. CRITERIA D - Past Performance: Past performance on Department of Defense (DoD) and other contracts with respect to the quality of work, cost control, time management in terms of keeping construction contract on schedule, communication, and issue resolution as determined by CPARS and other sources. Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email. Projects where the prime contractor or JV partner performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. CRITERIA E - Knowledge of 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 within SPD. CRITERIA F � Equitable Distribution of DOD Contracts Volume of DoD Contract Awards of A-E contracts received in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms DFARS PGI 236.602-1(a)(6)(A). INTERVIEWS The Government will hold interviews with at least three of the most highly qualified firms (FAR 36.602-3(c)) via WebEx or MS TEAMS video conference tool. Only the most highly qualified firms will receive interview questions to resolve or clarify information regarding a firm�s experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. Each will receive an advanced notice with instructions and designated interview date and time. SUBMISSION REQUIREMENTS ALL RESPONSES TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY by 3:00PM Pacific Standard Time (PST), 6 October 2023 to �Barton.t.kirkpatrick@usace.army.mil. No hand delivered responses will be accepted. All documents shall be submitted in PDF file format. To verify your submittal has been delivered, you may email: �Barton.t.kirkpatrick@usace.army.mil. Late responses will not be accepted. No other notification will be made, and no further action is required. FILE NAMES: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention: Each filename shall begin with the notice number, followed by the word �RESPONSE�, followed by your firm�s name, and finally a brief file description. EXAMPLES: �W9123823R0049RESPONSE Firmname SF330 Part I.pdf� �W9123823R0049RESPONSE Firmname SF330 Part II.pdf� The SF 330 Part 1 shall not exceed 100 single pages 8 � x 11, not counting the cover letter, table of contents, CPARS and/or PPQs, or any dividing page used to identify each SF 330 Section; no more than (1) one page 11 x 17 for organization charts, all using 12-point font in either Times New Roman, Arial or Courier. 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. In Section E of the SF 330, provide resumes for all key team members, whether with the prime firm, JV partner or a subcontractor; list specific project experience for key team members; and indicate the team member's role on each listed project (i.e. construction manager, quality assurance rep, project engineer, etc.). Each resume shall be limited to two (2) pages each. Past performance questionnaires will be included in the SF330 Part I, Section H. In Section 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. The most highly qualified firm(s) may be required to provide virtually prior to final selection and will be advised accordingly. Responses received by the close of business (3:00 pm local time) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made, and no further action is required. This is not a request for proposal and no other general notification will be made. Use solicitation number listed (W9123-8-23-R0049) in your submission package. OFFERORS QUESTIONS AND COMMENTS Questions regarding this announcement must be in writing and shall be addressed to Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil All questions must be submitted no later than 19 September, 2023 �at 3:00 p.m. Pacific Time to allow time for a response. Point of Contact: USACE Sacramento District. Attn: Barton Kirkpatrick. Email: barton.t.kirkpatrick@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ca1bd0a06bb8492b8c8bc774c8cd92fa/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN06810401-F 20230831/230829230059 (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 |