Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2014 FBO #4729
SOLICITATION NOTICE

C -- AE Enhanced Commissioning IDIQ - Statement of Work

Notice Date
11/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-R-0010
 
Archive Date
12/18/2014
 
Point of Contact
Brandi M. Fialek, Phone: 443-654-7238, Carlen Capenos, Phone: 410-854-0739
 
E-Mail Address
brandi.m.fialek@usace.army.mil, carlen.capenos@us.army.mil
(brandi.m.fialek@usace.army.mil, carlen.capenos@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work SYNOPSIS INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR ENHANCED COMMISSIONING SERVICES FOR THE REAL PROPERTY SERVICES FIELD OFFICE, BALTIMORE DISTRICT 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6, AFARS 5136.6 and U.S. Army Corps of Engineers Acquisition Instruction (UAI) 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) for Commissioning Services is required to primarily support the Baltimore District's Real Property Services Field Office (RSFO) programs. The majority of the work will be for RSFO and other Baltimore District projects, but the contract may be used throughout the North Atlantic Division or by any other USACE District with proper approval. The North American Industry Classification System (NAICS) code is 541330, which has a small business size standard maximum of $15,000,000. One award will be made with a five-year period and a capacity of $25M. The acquisition will be unrestricted. Task orders will be issued for enhanced commissioning services for various military, intelligence community, and other government agencies. Anticipated start date is February 2015. An active TOP SECRET Facility Clearance is required at the time the offer is due, at time of award, and throughout the life of the contract. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified submitting the SF330 must have the TOP SECRET Facility Site Clearance in that name along with the matching Cage Code. For example, if Company A and Company B form a Joint Venture called Company AB, then Company AB must have an active TOP SECRET Facility Site Clearance. Even if both Company A and Company B each individually posses the clearance, unless Company AB possesses its own TOP SECRET Facility Site Clearance, the proposal will not be eligible for award. The firm must be capable of responding to and working on multiple task orders concurrently. Task orders will be awarded based on the contractor's current workload and its ability to accomplish the order in the required time, geographic location, type of services required, previous installation experience, including customer satisfaction, and performance and quality of deliverables under the current IDIQ. Project sites may be located anywhere within the continental United States (CONUS) or Hawaii. A contract may be issued up to one year after selection approval. The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subject to the prohibitions and restrictions of the Federal Acquisitions Regulations (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest." Options may be included in individual task orders. To be eligible for contract award, a firm or joint venture must be registered in the System for Award Manager (SAM.gov). Subcontracting Plan Requirements: Large businesses, if selected as one of the most highly qualified firms by the Selection Board, will be required to submit a subcontracting plan that addresses small business utilization and how maximum practicable opportunities will be provided to Small Businesses, Small Disadvantaged Businesses, Women Owned Small Businesses, Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, Historically Underutilized Zone Small Businesses, Historically Black Colleges or Universities or Minority Institutions. This unrestricted synopsis does not include specific USACE goals, but requires the large business contractors to present a subcontracting plan with challenging, realistic and achievable small business utilization goals. Small businesses are not required to submit subcontracting plans. All subcontracting goals will be monitored through the electronic Subcontracting Reporting System (eSRS). The plan must be in accordance with FAR 52.219-9 and DFARS 252.219-7003 or DFARS 252.219-7004 if the inclusion of a comprehensive subcontracting plan is necessary. The goals for subcontracting will be aggressively negotiated with the selected firm. If the successful offeror fails to negotiate a subcontracting plan acceptable to the Contracting Officer, then the offeror will be ineligible for award. Maximum practicable utilization of small businesses is a matter of national attention with particular interest to this contracting agency. Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1. 2. PROJECT INFORMATION: The scope of the commissioning contract will be to provide enhanced and higher level commissioning services that include the review of commissioning documentation and all aspects of the design, construction and post-construction phases of project as a fourth party reviewer. The commissioning process is a quality-oriented process for achieving, verifying and documenting that the performance of facilities systems and assemblies meet defined project objectives and criteria. Licensed professionals will be used to review commissioning documentation such as the Commissioning Plan, Functional Performance Test Scripts, and Integration System Test scripts as well as witness testing and verification in support of the Intelligence Community (IC) and other DoD organizations and other agencies, organizations, and branches of the U.S. Government and other customers within the supported secure community and other USACE customers. Projects requiring Enhanced Commissioning Services may include High Performance Computing Centers, Operations Centers, Office Buildings with highly complex electrical and mechanical systems and any other type of highly complex construction project. The customers (users) to be serviced by this contract will predominately belong to the Intelligence Communities. These types of customers have assets distributed throughout CONUS and Hawaii. However, the preponderance of work is anticipated to be within the Baltimore-Washington Corridor. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F thorough H are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. A. Specialized Experience and Technical Competence. The firm must demonstrate specialized experience and technical experience in the following types of projects and/or work products: • Commissioning projects that included concurrent maintainability mission requirements • Commissioning intensive mechanical and electrical projects • Enhanced commissioning projects to include Level III or greater data centers • Commisisioning projects for Operations Centers • Commissioning of substations • Commissioning services or experience with connected builidings and interconnections of new systems into existing systems for full functionality • Commissioning services experiences throughout the life of a project, from the development of design through construction that documented confirmation that a facility fulfills the functional and performance requirements of the customer, occupants and operators. • Commissioning Experience with minor to major repair, modification, rehabilitation, alterations and new construction projects. • Commissioning experience working on new construction projects valued at $250M or more is highly desirable. B. Professional Qualifications. Offerors will be evaluated on professional qualifications and competence of the proposed key personnel to provide services to accomplish the work required under this contract. The firm must have registered and licensed personnel, either in-house or through consultants. Key management personnel and personnel in each discipline listed below must possess valid current final Top Secret Security Clearances. It is mandatory that the Contractor maintains a balanced work force with a significant cadre of cleared Top Secret personnel to work in such areas. Provide all clearance information for personnel submitted in the SF330, Section H. The list of key disciplines which require Top Secret Security Clearances are: Project Manager, Electrical Engineer, Mechanical Engineer, Fire Protection Engineer, Architect, and Commissioning Specialist. At least five (5) licensed professional electrical engineers and five licensed professional mechanical engineers with commissioning experience on multiple large, complex projects are required to be submitted as part of the team. Commissioning experience shall be demonstrated on an individual's resume. Leadership in Energy and Environmental Design (LEED) certification is helpful, but not required. Commissioning Specialist shall be certified by a recognized agency such as Association of Energy Engineers (AEE), PECI, AABC Commissioning Group (ACG), National Environmental Balancing Bureau (NEBB) or Testing, Adjusting, and Balancing Bureau (TABB). In addition, the firm should have access to the following types of technicians with the appropriate certifications: Heating, Ventilation, and Air Conditioning (HVAC) Controls Technician, Chiller Technician, Boiler Technician, Pump Technician, Air Handling Unit (AHU) Technician, Steam Distribution Specialist (underground and "maintenance hole" piping and accessories as well as aboveground piping and accessories), Electric Generator Technician, Refrigeration Technician and Welding Technician. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. All personnel working under this contract must be U.S. citizens. C. Past Performance. The offeror shall provide Past performance on DoD and other contracts with respect to successful performance with respect to commissioning services as a Fourth Party Agent, if available, as determined from Contractor Performance Assessment Rating System (CPARS) and other sources such as past performance questionnaires will be evaluated. Additional past performance with traditional commissioning services as a Third Party Agent as determined from Contractor Performance Assessment Rating System (CPARS) and other sources such as past performance questionnaires will also be evaluated. Offerors will be evaluated based on past performance with Government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction as well as problem identification and problem solving ability. The evaluation of past performance will be based on information provided through CPARS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. Past Performance should include projects only from the last six years. D. Capacity to Accomplish the Work. A proposed management plan shall be presented which shall include an organization chart and the management approach. The offeror shall demonstrate their ability to meet schedule, scope and budget of multiple projects simultaneously for an IDIQ by providing appropriate teams or crews to perform those tasks such as reviewing designs at various stages (i.e. 65% and 95%), factory witness testing, black start operations, etc. The offeror shall also provide details on how they will provide encryption for when using Use Only (FOUO) level work, secure file transfer, video teleconference capability and secure communications. The SF330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. E. Special Qualifications. Firms may provide additional information that will demonstrate their plan for quality control and program management, team organization, professional registration, management's approach to commissioning, and prior experience with Intelligence Community customers, as well as volume of work previously awarded to the firm by the Department of Defense within the past 12 months. Secondary factors will only be used as quote mark tie-breakers quote mark among firms that are essentially technically equal. F. Small Business Participation Plan. Firms shall demonstrate the extent of their participation with all federally designated small businesses (Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Business, HUBZone Businesses, Veteran Owned Small Businesses, Service Disabled Owned Small Businesses, historically black colleges and universities, and minority institutions) in the proposed contract team, measured as a percentage of the total estimated effort. G. Geographic Proximity. Firms will be evaluated on their location with respect to the Real Property Services Field Office located in Annapolis Junction, MD since response time for certain projects may be critical. It is mandatory that the contractor have a final TS Facility Site Clearance for the office location(s) required to perform work for this contract. If a new office is to be established, it must be set up and functional within six months of the issuance of the contract. It is expected that the majority of the key personnel for the task orders issued will physically be located in this office and it will be their main office location. H. Equitable Distribution of DOD Contracts. Volume of DOD AE contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit Parts I and II of the SF330 for the prime. Part II of the SF330 must be submitted for each branch office of the prime contractor and all sub-contractors that have a key role in the proposed contract to the address below, no later than Wednesday, 3 December 2014 at 1100 AM EST. On SF330, Part I, Block 5, include DUNS number for the prime firm. On the SF330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. The CAGE Code for the prime contractor must be submitted to verify the Top Secret Facilities Site Clearance. Submit responses with the announcement number to U.S. Army Corps of Engineers, Real Property Services Field Office, ATTN: Carlen Capenos, 300 Sentinel Drive, Suite 400, Annapolis-Junction MD 20701. These forms shall be submitted to the above address not later Wednesday, 3 December 2014. An original and five copies of the SF330 submission are required. Part I of the SF330 shall have a page limit of 100 pages. A page is one side of a sheet. Foldouts are discouraged; if used, they will count as two pages. Be advised that the Baltimore District does not maintain SF-330s at this office. Font size shall not be smaller than 10 point. An electronic copy of the submission shall be included as well. The document shall be submitted as on file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Please contact both POCs listed: Brandi Fialek and Carlen Capenos. This synopsis is in reference to sources sought number W912DR-14-S-0007 previously issued on 20 November 2013. This is not a request for proposal. Please do not request a solicitation package for this project. This is strictly Architect Engineering, (NAICS Code 541330) submittals of SF330's only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-R-0010/listing.html)
 
Record
SN03564699-W 20141105/141103234646-a8e3674f4728cb20e683c02c33036dc6 (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 |
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.