SPECIAL NOTICE
C -- L14PS00116 A-E Design Alaska IDIQ
- Notice Date
- 6/4/2014
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- BLM OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
- ZIP Code
- 00000
- Solicitation Number
- L14PS00116
- Point of Contact
- Danny Lavergne
- E-Mail Address
-
dlavergne@blm.gov
(dlavergne@blm.gov)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Land Management (BLM) is seeking firms to provide Architectural & Engineering (A/E) services (Title I, II and III) under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This IDIQ is being procured in accordance with The Brooks Act, Public Law 92-582, as implemented in FAR Subpart 36.6. NAICS: 541330 Engineering Services Size Standard: $14,000,000.00 This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than June 25th, 2014 at 11:00 AM MT. THIS SOLICITATION IS 100% SMALL BUSINESS SET-ASIDE. GENERAL: SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: Standard Form 330 (SF-330) - The A&E must demonstrate its and each key consultant's qualifications with respect to the published evaluation criteria for all services as described herein. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. To enable verification, firms shall include the DUNS number along with each firm name in the SF 330 Part 1, Section F Item 25 "Firms from Section C Involved in this Project," block (1). Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. CONTACTS: Danny Lavergne, Contracting Officer, 303-236-9450, dlavergne@blm.gov. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL to dlavergne@blm.gov no later than June 11, 2014 MT with the SUBJECT LINE: L14PS000116 Alaska A/E IDIQ. No other means of communication,, fax, or telephone will be accepted. Review www.FedConnect.net prior to submission of a new inquiry. CONTRACT TYPE AND AWARD: The BLM may award more than one IDIQ contract(s) in response to this notice. CONTRACT PERIOD: The IDIQ contract(s) will be issued for a Base year and Four (4) One year Option periods. ORDERING LIMITATIONS: The maximum ordering limitation will be $2,500,000 for the life of all contract(s) awarded. The $2,500,000 maximum may be realized in a single year or spread out over the life of the contract including all option years. The guaranteed minimum for the life of the contract, is $10,000.00. OTHER: All firms shall be registered at the System for Award Management (SAM) https://www.sam.gov in order to be eligible to receive an award. A the joint venture entity must be registered in SAM in order to be eligible to receive an award. REQUIRED SERVICES: All work and deliverables shall be stamped and sealed by Registered Professionals registered in the state where the project site is located. Pre-Design, Compliance, Schematic Design, and Supplemental Services (Title I): Services in this category may include, but are not limited to, the preparation of conceptual, schematic, and preliminary design documents. This may include site and feasibility investigations; field and laboratory testing; pilot testing; surveying; geotechnical studies; drilling of test/pilot wells; investigation and analysis of existing systems; research and analysis of pertinent Federal, State, and local regulations and codes; permitting; value analysis (engineering) and preliminary design, including alternatives analysis, schematic design and design development; preliminary drawings; value and design analysis, including acquisition of data pertaining to local construction practices and material availability, outline specifications, and preliminary construction cost estimates; comparability cost analysis; National Environmental Policy Act (NEPA) and Section 106 Compliance; GIS; and peer review of BLM in house or other A/E designs. Design Development and Construction Documents (Title II): Services in this category may include, but are not limited to, the preparation of design development documents, construction drawings, construction specifications and preparation of construction cost estimates for engineering projects, including new, repair, rehabilitation and modification of existing buildings, roads with associated parking, and utility systems; wells and drainage and peer review of BLM in-house or other A/E designs. Final construction documents (i.e., plans and specifications) must be furnished to the BLM in an electronic format capable of being transmitted over the Internet to the general public via electronic commerce. Construction Management (Title III): Services in this category may include, but are not limited to, construction management services, which include management from construction contract award to final acceptance of actions required to complete the proposed facility including the warranty period. This includes construction inspection, review and approval of submittals, value engineering, site visits, field testing, the preparation of operation and maintenance manuals, construction support, and consultation during construction. Much of the work to be performed involving historic buildings and sites will require compliance with historic preservation guidelines, techniques, and oversight. Services also may include topographic Surveying (should include 3D terrain modeling capability), Utility Line Surveys (TV and pressure testing of underground lines), and Soil Testing (includes borings and lab analysis). Environmental Services include sampling of soil, water, air and construction material for hazardous content (field sampling and lab work), review of construction contractor provided hazardous substance remediation plans, both safety and QC plans, field consult and Quality Assurance (QA) on hazardous material remediation actions, cost estimating, hydrologic analysis (for example install a groundwater well and record/report on water depths and flow rates), and specialty area field QA (for example: Conduct a one day mechanical engineering site inspection and prepare a report of any deficiencies found). PROJECT TYPES: Projects may include, but are not limited to: rehabilitation or new construction of visitor centers, administrative facilities, maintenance facilities, comfort stations, housing, recreation sites, utility infrastructure, marine facilities and other structures and facilities; roads, trails, bridges, dams, culverts, fences, and parking areas; surveying may include, but is not limited to, ground surveys, boundary surveys, aerial photography and aerial topographic surveys, global positioning systems (GPS) surveys, preliminary and final design layouts, construction layouts, as-built surveys, hydrographic and hydrologic surveys, and technical assistance; drainage and storm water management systems; reclamation of previously mined areas, environmental engineering and compliance permitting, including hazardous materials condition assessments and testing, underground storage tanks and system appurtenances, and air and water quality monitoring systems; NEPA and Section 106 Compliance; and geotechnical engineering. PROJECT LOCATIONS: The area of project work will be Alaska. REQUIRED DISCIPLINES: Required disciplines include professionals registered as Architects, Engineers, and Landscape Architects. Engineering disciplines include, but are not limited to, civil, structural, environmental, sanitary, hydrologic, transportation, electrical, mechanical, geotechnical, fire protection, and safety. Additional disciplines which may be required for some projects and may include registered, certified, or professionals qualified in the following areas: Acoustics, Air quality,, Architectural Barriers Act Accessibility Standards (ABAAS), Cultural and Natural Resources, Architectural Conservation,, Building Envelope, Certified Commissioning Professional, Certified Value Analysis, Coastal Engineering, Construction Management, Construction Safety, Construction QA Inspections, Cost Engineering/Cost Estimating/Cost Control/Life Cycle Cost Analysis, Energy Modeling, Environmental Planning, Environmental Science,, Facility Condition Assessments, Geology, Hazardous Materials, Historic Architecture, Historic Landscape Architecture,, Land and Hydrographic Surveying,, LEED Accredited Professional, Lighting,, NEPA and Section 106 Compliance, Planning, Programmatic Accessibility (Section 504 & 508), Recreation Planning and Design, Roofing, Security, Seismic Engineering, Sustainable Technologies,, Waterproofing, and Wetlands. Other services, including but not limited to: AutoCAD drafting and 3D modeling, GIS, word processing, and cost estimating will be required in the performance of specific task order requirements. A documented internal Quality Control program shall be applied to all services performed. The A/E accepts ultimate responsibility, liability and duty to control the quality of the services provided to the Government as stipulated in the FAR, Part 36.609-2. The A/E shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the A/E, their employees, agents, assignees, and sub consultants under the contract. The A/E shall, without additional compensation, correct or revise any errors or deficiencies in its designs, drawings, specifications, and other services. The A/E shall demonstrate existence of a Quality Control (QC) system that will be used for all work submitted to the BLM. The QC system shall be utilized by the prime contractor and all subcontractors and shall, at a minimum, include the following: Coordination of drawings and specifications within each discipline, and between all disciplines. Verification that all documents to be submitted are accurate and correct. Checklists for internal review of drawings, specifications, calculations, and cost estimates. Verification, prior to submittal to the BLM, that all required documents for each submission are included and complete, per the contract requirements. Verification that all required documents have undergone a QC review prior to submittal to the BLM. The BLM requires documentation and submittal of all QC work performed. COORDINATION: The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with sub consultants. The firm(s) will need to have direct contact with Federal, State or local regulatory agencies to ensure compliance with regulations, codes, policies, and permitting processes. SPECIALIZED SERVICES: In the course of doing business, the BLM occasionally needs to obtain specialized services from sub consultants under the prime contract. In these instances, the BLM will ensure that the prime is involved in all discussions and all correspondence is routed through the prime. The prime shall not be granted any markup on sub consultant services. SUSTAINABLE DESIGN: The U.S. Government has adopted sustainable design as the guiding principle for its planning, design and construction projects. This means meeting present needs without compromising the ability of future generations to meet their needs. In practice, sustainable design utilizes best available solutions within the design tradition and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction and operations of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design and green building systems. Firms shall validate their sustainable abilities and practices through completed construction projects, green certifications, green building awards, and use of green technologies. The LEED program is an example one such certification program. UNIVERSAL DESIGN AND ACCESSIBILITY: The BLM is dedicated to making projects universally designed and seamlessly accessible to visitors and staff with disabilities. All planning, design and construction projects shall meet and exceed the requirements of the Architectural Barriers Act Accessibility Standards (ABAAS), Section 504 (program access) and Section 508 (electronic and information technology access) of the Rehabilitation Act. The BLM policies requires that projects exceed these federal requirements and apply the tenets of universal design to provide usable and inclusive experiences for all. To meet the requirements of Executive Order 13548, "Increasing Federal Employment of Individuals with Disabilities", BLM assures visitor use areas and employee areas are accessible and provide the connectivity to all amenities so that employees with disabilities can fully participate in all programs. REGISTRATION / LICENSING: Where applicable, the listed disciplines shall be licensed / registered to practice in the state in which the project is located. In addition where applicable the listed disciplines shall meet the Secretary of the Interior's Professional Qualification Standards. At least one person within the disciplines on the A/E's team shall be a LEED accredited professional. REGULATIONS: The A/E shall be responsible for compliance with all federal, state and local regulations, codes and policies. EVALUATION / SELECTION CRITERIA: Evaluation and selection of the firm(s) will be based on the following criteria, listed in descending order of importance: 1)Specialized experience and technical competence in the type of work required. Demonstrated good judgment in selection of management practices that are appropriate for level of staffing, location of facility, climatic conditions, and other factors. Specialized experience and technical competence in the type of work required, including but not limited to, buildings, infrastructure, recreation sites, dams, bridges, water systems, road and trails. Where appropriate, experience in energy conservation, pollution prevention, waste reduction, use of recovered materials, and new technologies. In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. 2)Demonstrated professional qualifications necessary for satisfactory performance of required services. Professional registration, technical expertise, education, experience, including all principles/ key staff, its consultants, project personnel, with projects of both in urban and remote locations. Abnility to bring together a full design team composed of Architects and Planners, Civil and Structural Engineers, and Mechanical and Electrical Engineers. The selected firm must have, either in-house or through sub consultants, the following disciplines: Project Management, Architecture, Civil Engineering, Structural Engineering, Mechanical Engineering, Electrical Engineering, Environmental Engineering, Geotechnical Engineering, and Surveying. All disciplines must possess a minimum bachelors' degree (degree from an accredited four-year college or university) with a major in the specified field of study. Registration (or ability to acquire) is required for all disciplines. State of registration and license number must be included on the resume. Resumes contained in Standard Form (SF) 330, PART I, Section E shall be completed for each discipline. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. The evaluation will consider education, training, registration, overall and relevant experience in the listed discipline, and longevity with the firm. 3) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Provide details on the 5 most recent projects that have been completed or currently under development, to include current project owner, and contact information of the person most familiar with the A/E performance. The Government may use other means of evaluating past performance. 4)Capacity to accomplish the work in the required time. Demonstrated project management experience and expertise with integrated design, with an emphasis on coordinating multidisciplinary teams, sub-consultant working relationships, establishment of upfront environmental goals, whole systems approach and follow-through. Demonstrated ability of the firm or organization to communicate, coordinate and facilitate work expediently. Demonstrated ability to design portions of a multidisciplinary design project independently, to participate in reviews, and to facilitate coordination into a multidisciplinary design project. Demonstrated capacity to respond to short time frames and accomplish multiple simultaneous projects within desired schedules, while maintaining a high standard of quality of work and cost control. SUBMISSIONS: SF 330 Font shall be at least 11 pitch or larger in Times New Roman. Pages shall be 8-1/2 x11. PART I OF THE SF 330 SHALL NOT EXCEED 40 PAGES FRONT SIDE ONLY. Submissions be developed and assembled in a manner that chronologically corresponds and addresses the Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after evaluation. Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. Include DUNS number in SF 330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. The organization chart required in section D and the matrix required as Section G, Part I of the SF 330 may be presented on a 11x17sheet. It shall be neatly folded to 8-1/2 x 11., two-hole-punch in the SF 330 at the proper location, and counted as one page. A maximum of ten projects including the prime and consultants, not to exceed the past five years, will be reviewed in PART I, Section quote mark F quote mark. The prime must have completed or accomplished at a minimum six of the projects themselves. Use no more than one page per project. It shall be noted that a task order executed under an IDIQ is considered a Project, not the IDIQ Contract itself. Include IDIQ Contract number and individual task order number associated with the provided project in the title. If the project is not 100% complete, note the current percentage and estimated date when project will be completed. In Block G-26, along with the name, include the firm with whom the person is associated. A 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. Regulation requires that the Selection Board not consider any submittals received after this time and date. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Submission shall be via pdf files emailed to the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/AK/L14PS00116/listing.html)
- Record
- SN03385900-W 20140606/140604235637-c64614418c77f85fc9e688d95df1c49b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |