SOLICITATION NOTICE
C -- Architect-Engineering (A-E) Services - Attachments
- Notice Date
- 12/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-14-R-0021
- Point of Contact
- Frank Padovich, Phone: 719-333-4054, Arminda B. Brachhold, Phone: 7193333142
- E-Mail Address
-
Frank.Padovich@us.af.mil, arminda.brachhold@us.af.mil
(Frank.Padovich@us.af.mil, arminda.brachhold@us.af.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECT-ENGINEER (A-E) MULTI-DISCIPLINE SERVICES: This Announcement meets the requirement in FAR 36.601 that the Government shall publicly announce all requirements for architect-engineer services and negotiate contracts for these services based on the demonstrated competence and qualifications of prospective contractors to perform the services at fair and reasonable prices. The United States Air Force Academy (USAFA) desires to contract with architect-engineering (A-E) firms to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support facility sustainment, restoration and modernization (SRM), military construction (MILCON) and Non-Appropriated Funds (NAF) projects for the USAFA and other authorized Department of Defense (DoD) installations, to include Buckley, Cheyenne Mountain, Fort Carson, F.E. Warren, Peterson, and Schriever, as well as geographically separated units (GSUs) for Peterson and Schriever at the following locations: New Boston AFS, NH; Kaena Point, HI; Cape Cod AFS, MA; Beale AFB, CA; Cavalier AFS, AK; RAF Fylingdales, UK; Socorro, NM; Diego Garcia, BIOT; Maui, HI; and Eglin AFB, FL. Architect-Engineering (A-E) firms with a focus on multi-discipline services are required for the award of an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for the design of various types of projects at the USAFA, Colorado and other locations listed above. NAICS Code 541310 is applicable to this acquisition with a small business size standard of $7.5 million. This acquisition will be a partial small business set-aside. The Government anticipates awarding a minimum of five contracts, but reserves the right to award none, one, or more than one contract for A-E services to those who respond to this notice, including small business. It is anticipated the Government will award at least two contracts to small business. If a large business is selected for this contract, it must furnish a subcontracting plan IAW FAR Clauses 52.219-8 and 52.219-9 prior to contract award. Large business are highly encouraged to include the greatest percentage possible of small business firms in their team composition. The goals/targets for small business for this program are: Small Business 23% of total awarded/obligated Small Disadvantaged Business 5 % of total subcontract Women Owned Small Business 5 % of total subcontract HUBZone Small Business 3 % of total subcontract Service Disabled Veteran Owned Small Business 3 % of total subcontract Veteran Owned Small Business 3 % of total subcontract SCOPE OF WORK: The general SOW for this IDIQ contract will require firms to perform architectural and engineering services as defined by The Brooks Act in 40 U.S.C. 1102 and Public Law 92-582, commonly referred to as Title I, Title II, and other professional A-E services, as defined in AFI 32-1023, to administer, coordinate, and technically support facility sustainment, restoration, and modernization (SRM), military construction (MILCON) and NAF programs of interest to the USAFA and other locations identified in paragraph 1. The work includes all efforts necessary to manage and execute architect and engineering services to include Title I, Title II, and other A-E services for design and construction oversight supporting SRM, MILCON and NAF programs. Registered Architect or Professional Engineer licensed in the State of Colorado will be required in the performance of this contract. Architectural and Engineering Services are defined as professional services of an architectural and engineering nature required to be performed or approved by a person licensed, registered, or certified to provide these services. Architectural and engineering services include services associated with research, planning, development, design, construction, alteration or repair of real property, and other professional services. Architectural and engineering services also include incidental services, which members of the architectural and engineering professions may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services. Services commonly referred to as Title I 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, and cost estimates. These services include preliminary/concept designs, design development, technical specifications, project design analysis, preparation of preliminary and final construction drawings, studies and surveys, facility assessments, and comprehensive interior design packages that meet Unified Facility Criteria (UFC) 3-120-10. Services may be required for primary disciplines, which include but are not limited to architectural, electrical, mechanical, civil, landscaping, forensic investigation/remediation, structural, environmental, and interior design. Specific requirements may include high temperature hot water, geotechnical, mining, fire protection, soils, life health safety upgrades, ADA handicap upgrades, historic preservation, sustainable design, LEED certification, economic/lifecycle design, and renovation & modernization. This work includes airfields, recreation, campus/academic, administrative, dining, housing, athletic, and support facilities. The A-E will be required to utilize e4Clicks Project Estimator Program and possibly PACES for cost estimating. A visual inspection of the site, utility, infrastructure or facility for familiarization with scope, general conditions, and coordination with using activities may also be required. Services commonly referred to as Title II services include services related to a specific or proposed construction project and consist of supervision and inspection of construction. This includes inspecting, monitoring, and evaluating construction activities to validate conformance to plans and specifications, including reviewing, evaluating, and testing product submittals and shop drawings, as well as preparation of construction contract modifications. Services commonly referred to as other professional services include services that are design and construction related but is not connected with a specific construction project. The services consist of developing design criteria, fact-finding studies, surveys, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required. Excluded are services that need not be performed by a professional engineer or registered architect such as providing design and construction equipment or computer programs. The A-E firm must be capable of timely response(s) to and working on multiple task orders concurrently involving multiple engineering disciplines. Interested firms must be capable of demonstrating they have the capabilities to include adequate staff size to support USAFA and other authorized Department of Defense installations, to include Buckley, Cheyenne Mountain, Fort Carson, F.E Warren, Peterson and Schriever, to provide for a rapid response to all requests for services. Other installations that may require services include the geographically separated units (GSUs) for Peterson and Schriever Air Force Bases as mentioned in paragraph 1. The firm shall assemble a team to fullfill the primary needs based on the preponderance of the work being in Colorado. If the firm chooses to do so, they may arrange partnerships in the additional GSU locations, as necessary when issued a request for proposal in those areas, though this is not a factor that will be rated in the evaluation for award selection because it is not expected to occur often. The A-E Contractor will be required to comply with all industry standard codes. These codes and regulations include but are not limited to: International Building Codes (IBC), American Society of Heating, Refrigeration, and Air-Conditioning Engineers (ASHRAE), Americans with Disabilities Act (ADA), National Fire Protection Association (NFPA), industry standards, Unified Facilities Criteria (UFC), Air Force Engineering Technical Letters (ETL), Anti-Terrorism/Force Protection (AT/FP) standards, State Historical Preservation Office (SHPO) requirements, Air Force Instructions (AFI), Manuals, Handbooks and other Publications, USAFA Design Standards including CAD/BIM/GIS, Fort Carson Installation Design Guide (IDG), applicable engineering design guides, planning requirements, and applicable drafting standards. All contractor employees shall comply with the security requirements of the installation in which they are performing work. See attached AFFARS clause 5352.242-9000 Contractor Access to Air Force Installations. The A-E contract will cover up to a one (1) year basic with four (4) one-year option ordering periods. Firm Fixed Price Delivery Orders will be negotiated and awarded for each specific project. The total order amount will not exceed $10,000,000 for the life of the contract. There is a minimum contract amount guarantee of $5,000, which will be issued at contract award. No minimum delivery order amount is established. IAW FAR Part 36.602-2(a) nongovernmental private practitioners of architecture, engineering, and related professions employed by the Civil Engineer Service Provider may be members of the evaluation boards. Contract(s) awarded under this announcement is subject to the Organizational and Consultant Conflicts of Interest (OCI) requirements IAW FAR Subpart 9.5. To avoid conflicts of interest, the A-E firm and its subsidiaries, affiliates, or associates will not be permitted to construct or repair any facility they have been selected to design unless agency approval is granted. Firms are advised to review the referenced FAR Part and include a subsequent acknowledgement and statement of understanding of the requirement as the last item in the SF 330 Part I Block H. Failure to include this signed statement within the SF 330 will negate consideration of the firm for this solicitation. No construction contract may be awarded to the firm that designed the project, except as provided in FAR 36.209. Foreign firms will not be considered for award of an A-E contract. EVALUATION and SELECTION CRITERIA: In accordance with PL 92-582 (Brooks Act; 40 U.S.C. 1102), Federal Acquisition Regulation (FAR) Subpart 36.6, DFARS 236.6 and AFI 32-1023, federal agencies select firms for Architect-Engineering contracts based on professional qualifications and other evaluation and selection criteria. To be considered for award, the principal firm must submit a completed Standard Form 330 (SF330), Part I & II, summarizing their qualifications, experience and capabilities, which will be evaluated by a government board to determine the most highly qualified firms. All responsive offers will be placed into one of two pools to compete - small business and large business. Both pools have the same evaluation criteria, listed below. Firms submitting recent (within the past 5 years), and relevant past performance in preparing design projects valued between $100K and $5M may result in a higher rating and should be addressed accordingly. Evaluation of past performance and experience 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. The A-E firm selected for this contract will be based on the following evaluation factors: 1. PROFESSIONAL QUALIFICATIONS. Evaluations will award up to 20 points based on their judgment of professional qualifications of their staff and other firm staff submitted as part of the team. SF 330, Part I, Block E, should show brief resumes of key personnel of the firm/teaming arrangement. The combination of criteria below will be used to determine the ability of the staff to be effective, innovative and contribute to the successful completion of project delivery orders. Responses will be evaluated to determine personnel: education, training, project experience and professional registration of key personnel. Evaluations will also judge the depth and experience of the firm and other firms submitted as part of the team. Consider the type and quantity of projects the firm (and associates) have been involved in the past. The preferred profile code numbers from Standard Form 330 for the type of work required include, but are not limited to the following: a. A09-Anti-Terrorism/Force Protection b. A10-Asbestos Abatement c. C18-Cost Estimating; Cost Engineering & Analysis; Parametric Costing; Forecasting d. E01-Ecological & Archeological Investigations e. E03-Electrical Studies and Design f. E09-Environmental Impact Studies, Assessments or Statements g. F05-Forensic Engineering h. H04-Heating; Ventilating; Air Conditioning i. H07-Highways; Streets; Airfield Paving; Parking Lots j. H08-Historical Preservation k. I05- Interior Design; Space Planning l. L03-Landscape Architecture m. L05-Lighting (Interior; Display; Theater; Etc.) n. O01-Office Buildings; Industrial Parks o. P12-Power Generation, Transmission, Distribution p. R06-Rehabilitation (Building; Structures; Facilities) q. R12-Roofing r. S11-Sustainable Design s. T03-Traffic and Transportation Engineering t. U03-Utilities (Gas and Steam) 2. SPECIALIZED EXPERIENCE. Evaluations will award up to 20 points based on specialized experience of the firm's staff (refer to SF 330 Part I, Blocks F and G) to the typical requirements that may be generated as part of this scope of work. SF 330, Part I, Block F, list only current projects or projects completed in the past five years. Projects completed more recently will be evaluated more advantageously for the offeror. These projects should show scope and nature similar to the USAFA A-E services requirements, the complexity of the job, challenges faced, actions taken and the resolution and results of any challenges faced, as well as identify any key personnel in SF 330 Part I, Block G that worked on the projects and their role. Provide demonstrated successes in specifying the use of recovered materials in construction, and achieving pollution prevention, waste reduction, and energy conservation in facility design, as identified in the SF 330 Part I, Block H. The contractor should also identify if the prime or its associates have at least one Leadership in Energy and Environmental Design (LEED) Accredited Professional as defined by the US Green Building Council. The contractor should also identify LEED awards and ratings achieved by the firm and its associates. 3. PROFESSIONAL CAPACITY. Evaluations will award up to 20 points to judge the capacity of the firm to accomplish the requirement in the scope of work in the required time. Within the SF 330, Part I, Block H, each firm shall demonstrate how they will manage, coordinate and administer the work within the prime and among any teaming partners. Teaming partners to be included by the prime contractor in their response should be clearly identified as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract. SF 330, Part II, Block 11 and the CONUS/OCONUS information required under criteria (5) to be provided in SF 330, Part I, Block H will also be evaluated to assist in determining this factor. SF 330, Part I, Blocks C and F may also be evaluated to support this criterion. SF 330, Part IIs shall be provided for the specific prime office expected to lead this effort and teaming partners proposed to perform the work. In Block 9c(1), enter the total number of employees for the firm and in Block 9c(2) enter the total number of employees for this office. Responses will be evaluated to determine the following requirements: a. Capacity to perform work in-house and with teaming members in the required time; b. Ability to support concurrent and geographically dispersed multi-million dollar projects; c. Ability to manage, coordinate, and administer work within prime and among teaming members; d. Demonstrate active on-going CONUS, Alaska and Hawaii, (domestic) work; (Address current dollar value of work of the Team, established Team and Prime office that can support such work and work requirements outlined in the USAFA A-E services requirements and management approach to on-going work.) 4. PAST PERFORMANCE. Evaluations will award up to 20 points based on evaluation of past performance of the firm with respect to their execution of DoD and other contracts, both Government and private. SF 330, Part I, Block H, cite examples of performance and customer satisfaction such as recognition for technical achievements, cost savings, or commendations received for projects similar to the scope of work. Responses will be evaluated to determine design constructability, cost control, quality of work, compliance with performance schedules and customer satisfaction. 5. LOCATION. All firms responding to the RFQ will be considered. However, the evaluations will award up to 10 points according to the firm's location in the general geographic area and knowledge of the locality of the project to USAFA and other authorized Department of Defense (DoD) installations, to include Buckley, Cheyenne Mountain, Fort Carson, F.E. Warren, Peterson and Schriever. 6. VOLUME OF WORK. Evaluations will consider the volume of work previously awarded to the firm by the DoD and will award up to 10 points with the objective of effecting an equitable distribution of DoD contracts among qualified A-E firms, i.e., firms with a greater number of contracts or volume of work with DoD should be awarded less points and vice versa. SF 330, Part I, Block H should clearly identify, in table format similar to SF 330, Part II, Block 11, the volume of DoD work and volume of CONUS, Alaska and Hawaii, (domestic) work for the prime contractor. Amounts should represent the total amount of any DoD contract vehicle in which obligation of funds has occurred in the previous 12 months from the date of this announcement. Note that the volume of CONUS, Alaska and Hawaii, is for all work (federal, DoD, and other). 7. INTERVIEW/DISCUSSION. The Final Selection Board may award up to 15 additional points for interviews conducted by phone, as determined by the Final Selection Board. These 15 points may be awarded on, but not limited to, the following criteria: clear understanding of the scope of work, examples of outstanding past performance, customer responsiveness, examples of projects completed ahead of schedule, use of creativity and imagination in design development, and response to questions from Final Selection Board members. TEAMING AGREEMENTS: The prime contractor shall provide a statement in the cover letter confirming executed teaming agreements are in place for all team members listed in the proposal. The statement shall also list all team members. All evaluation factors are significantly more important than price, as price is not being evaluated at this time. Factors (1), (2), (3) and (4) are of equal importance and significantly more important than factors (5) and (6). Factors (5) and (6) are of equal importance. Factor (7) may be applied at the Final Selection Board and used in the event of a tie. Selection of firms shall be through an order of preference based on qualifications necessary for the satisfactory performance of the type of professional services described above. A Pre-Selection and Final Selection board(s) or only a Final Selection Board may be held if determined to be in the best interest of the government. The Pre-Selection Board will use evaluation factors (1) through (6) to determine the firms that will be recommended to the Final Selection Board. The Final Selection Board will also use the evaluation factors (1) through (6) to score the Final-Selection Board recommended firms. The Final Selection Board's subtotals will be recorded. If needed, the Final Selection Board will further evaluate these firms based on interview/discussion/briefings from evaluation factor (7) and record their scores (worth 15 points). These scores will be added to the previous subtotals to arrive at a total point value that will determine the order of recommending the preferred candidates to the contracting officer. The Government‘s evaluation and selection of firms are based on a pre-selection board which identifies the ranking of firms to determine the most highly qualified firms in each pool. The most highly qualified firms that will proceed to the final selection board will be based on the logical break. It is anticipated that at least two of those firms will be small business. Ranking is based on the point system identified in the evaluation criteria. The Government reserves the right to only conduct a final-selection board. The Government will conduct negotiations IAW FAR Part 15 to determine price. The top two/three highest ranked small business firms and the top two/three highest ranked large business firms, depending on the quality of proposals received, will receive a request for price proposal (RFPP) and negotiations will be conducted with those firms. The other most highly qualified firms will receive a letter stating they are among the most highly qualified, but a RFPP is not yet being requested. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next firm on the final selection list. All other offerors not in the pool of most highly qualified firms will receive an unsuccessful letter. When design authorization and funding is received, a formal Request for Proposal (RFP) for the first specific design project will be issued to and negotiated with the most highly qualified firm. There is no RFPP package to download. A-E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Form (SF) 330, Architect-Engineer Qualification. All information relating to the firm's qualifications must be contained in the SF 330 (Part I & Part II). Interested A-E firms with the capabilities to perform the anticipated work must submit two (2) copies (one original and one copy) of each packet with a cover letter addressing the Selection Criteria. Each SF 330 must include: 1. Part I, Block C (10 and 11) firms with more than one office/location must complete for each location that will be involved for this contract. For Block C(10), Address, include phone number and Dun and Bradstreet (DUNS) number. For Block C(11), Role in this Contract, label which office will be the main or branch for this contract. 2. Part I, Block E(17): Registration must include State, discipline if any, and year. 3. Part I, Block F(23), include a customer point of contact and phone number for the projects listed. 4. Part II, Block 9, distinguish the number of total personnel in the firm. From that total, list the number of personnel for each discipline in each branch. Required Submittals: 1. Cover letter addressing each of the Selection Criteria; 2. Organization chart; 3. Three (3) references for offeror's work, including company name, phone number and name of contact, description of work, location, and total dollar amount; 4. SF 330 Part I & II for the prime contractor; and 5. SF 330 Part II for each proposed sub-consultant. Firms desiring consideration shall submit hard copies (one original, one copy) of completed U. S. Government Standard Form 330 Part I and SF 330 Part II, and one electronic copy (Part I and Part II) in PDF format on a compact disk (other media will not be accepted), which must be received no later than 3:00PM MST, 18 FEB 2015 to: 10 CONS/LGCA Attn: Mr. Frank Padovich 8110 Industrial Drive, Ste 200 USAF Academy, CO 80840-2315 We recommend package be mailed since access to the USAF Academy may be difficult. Proposals may be submitted in person at the South Gate of the United States Air Force Academy in the Pass and Registration building (8486 South Gate Boulevard, USAFA, CO 80840) for two hours, 1:00 p.m. - 3:00 p.m., prior to the closing of the solicitation. Late proposals will not be accepted. Both hard copies and electronic copies must be submitted prior to the deadline in the paragraph above in order to not be considered late, in accordance with FAR 15.208(b)(1). The original hard copy takes precedence in the event of discrepancies between the original hard copy and the electronic copy. Mr. Padovich's email address is frank.padovich@us.af.mil. An alternate point of contact is Ms. Arminda Brachhold who can be reached at arminda.brachhold@us.af.mil. There is no page limit on SF 330 Part II. Firms are directed to keep the total page count of SF 330 Part I to no more than 80 pages of text/figures/tables, numbered consecutively from 1 to 80, (one face equals one page). Any additional pages and/or other documents submitted will be destroyed without consideration. The cover, cover letter, title page and tabs for SF 330 Part I are excluded from the page count. Bind the SF 330 Part I and Part II in a 3 ring binder. Submittals shall be prepared using Standard English and must be written in a concise, yet clear and informative style. Submittals shall use a minimum 11 point Arial style font in preparing narrative elements and tables. Submittals shall be single spaced and secured in a 3-ring binder. Submissions may include color. Page sizes to be used include 8.5" x 11" and 11" x 17" (count as 2 pages). Each page face will count as one page. All firms interested in this announcement must be registered with the System for Award Management (SAM) in order to receive a Federal contract award. Register for SAM at: http://www.sam.gov. Information on registration and annual confirmation requirements may be obtained by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Failure to register may render the firm ineligible for award. Firm must also be willing and able to register in the Wide Area Work Flow (WAWF), the government invoice and payment processing system at time of award. Register at: https://wawf.eb.mil. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the submittal developmental process of the acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or 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 the A-E submittals or elsewhere in the acquisition process. Interested parties are invited to call the appointed Ombudsman, Ms. Kelly Snyder, 10 CONS/CD at (719) 333-2074. Attachments: 1. CAD/BIM/GIS Standards 2. Contractor Access to AF Installations Clause 3. SF330
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-14-R-0021/listing.html)
- Place of Performance
- Address: USAFA and other authorized DoD locations, Colorado Springs, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN03599528-W 20141220/141218234355-f90721c4d8c9a1a155ebc3418a07e88d (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 |