MODIFICATION
C -- MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR THE MILITARY MASTER PLANNING PROGRAM IN THE U. S. ARMY CORPS OF ENGINEERS, BALTIMORE DISTRICT, NORTH ATLANTIC DIVISION (NAD)
- Notice Date
- 2/24/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-15-R-0017
- Response Due
- 3/11/2015
- Archive Date
- 4/25/2015
- Point of Contact
- Patricia Morrow, 410-962-3463
- E-Mail Address
-
USACE District, Baltimore
(patricia.morrow@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (1) CONTRACT INFORMATION: In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U.S. Army Corps Engineers Acquisition Instruction (UAI) 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of three (3) $10M, five-year, Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contracts (MATOC) for Architect-Engineer (A/E) services to support a broad range of Military Master Planning projects. Small design projects that result from the master planning efforts may also be initiated under these contracts. These contracts will be used for projects primarily within USACE's North Atlantic Division's geographic area of responsibility. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See below for general information on the A/E selection process. The awards will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services, with a small business size standard of $15M in average receipts. This announcement is set aside for small business. Task Orders awarded under the MATOC will be qualification based contract actions and Task Order awards will be issued in compliance with the Brooks Act selection criteria. To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Funding will be provided on a Task Order basis with a $3,000 minimum guarantee for each contract awarded. 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: Firms submitting their SF330 documents will be evaluated based on their experience with the required services and their demonstrated project experience with: preparing Master Plan Vision Plans; Area Development Plans; Installation Development Plans including Installation Network Plans; Installation Planning Standards including building, street, and landscape standards; the preparation and documentation of the Installation Development Program including Area Development Execution Plans; and preparation of the complete plan summary; experience conducting planning workshops to develop master planning products identified under Unified Facility Criteria 2-100-01; planning and programming including conducting planning charrettes and developing charrette reports and full Military Construction (MILCON) and Sustainment, Maintenance and Repair (SRM) DD1391s, including the Economic Analysis and familiarity with use of the PAX system and ECONPACK; conducting facility utilization and space utilization surveys; traffic and transportation management plans; installation Geographic Information Systems (GIS) development, support, and sustainment; Computer Aided Design and Drafting (CADD) support, maintenance, and drawing updates; providing real property support, studies, and analysis to include Real Property Planning and Analysis System (RPLANS) and TAB update support; PRISMS implementation and maintenance support; aerial photography and mapping; capacity planning, low-impact development plans, net-zero studies, and energy and sustainability master plans; range planning; knowledge and understanding of form based plans and plan-based programming; access control studies; planning and programming in accordance with defense critical infrastructure program (DCIP) and anti-terrorism and force protection standards for new and renovated facilities and planning; feasibility studies, requirements analysis, and other studies that support the master planning program; experience with the National Capital Regulatory Agencies and their submission procedures, i.e., National Capital Planning Commission, Commission of Fine Arts, Advisory Council on Historic Preservation, State Historic Preservation Offices; National Environmental Policy Act (NEPA) compliance, including preparation of environmental studies (EA) or impact analysis (EIS), and associated NEPA public disclosure and coordination procedures, natural and cultural resources management planning and National Historic Preservation (NHPA) compliance management planning (i.e. Section 106 and 110 procedures); Leadership in Energy and Environmental Design (LEED) type documentation, presentation, and coordination with various Government agencies and commissions, and other general A/E services. The work may also include providing other support services including, but not limited to document and plan reviews, site visits, technical assistance, and on-site representation to support Master Planning efforts. The IDIQ(s) will be used to support MILCON and SRM programs with a variety of Master Planning projects. Each task order will have its own schedule based on the complexity of the applicable project. Task Orders will be evaluated based on level of effort for the scope of services developed for individual projects. Task Orders will be issued during the life of the IDIQs and may extend beyond the five year IDIQ ordering period. (3) SELECTION CRITERIA: Firms must demonstrate key personnel qualifications and sub-consultant personnel qualifications with respect to the published evaluation criteria. Selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. Selection of the most highly qualified firms for negotiations shall be made through an order of preference based on the following selection criteria: (1) professional qualifications (2) specialized experience and technical competence (3) capacity to accomplish the work in the required time (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules (5) knowledge of the locality. Secondary selection criteria may include (1) geographic proximity (2) equitable distribution of DOD contracts. The secondary criterion will not be applied by a pre-selection board, and will only be used by a selection board in the event that two or more firms are technically equal. The A/E selection procedures will be in accordance with FAR 36.6 A/E Services, DFARS 236.6, EP 715-1-7, PARC and local guidance. Interviews will be conducted for A/E firms identified by the Selection Board and will be conducted in Baltimore, MD. Factor 1 - Professional Qualifications: The firm or their sub-consultants must have qualified professional personnel in the following key disciplines: master planner, urban/community planner, project manager, architect, landscape architect, surveyor, senior GIS specialist, GIS technician, CADD technician, cost estimator, facilitator, archeologist, historic and/ or cultural resource manager, industrial process manager, energy manager, and anti-terrorism/force protection. The firm or their sub-consultants must have registered and licensed personnel, either in-house or through consultants, in the following list of key disciplines: master planner, planner, project manager, architect, landscape architect, interior designer, cost estimator, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, communications engineer, traffic engineer, environmental engineer, geotechnical engineer, land surveyor, certified industrial hygienist and value engineer. Certifications for the master planner and planners should be from the American Institute of Certified Planners (AICP); engineers should be licensed as Professional Engineer (PE). Other acceptable certifications for personnel include those from US Green Building Council (USGBC), American Institute of Architects (AIA), American Society of Landscape Architects (ASLA). The fire protection engineer shall be a registered fire protection engineer and have a degree in Fire Protection Engineering from an accredited university. A Certified Value Engineer must be accredited by SAVE International as a certified value specialist (CVS). Professional Qualifications of the Individual Design Team Members: 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. Factor 2 - Specialized Experience and Technical Competence: The firm must demonstrate specialized experience and technical competence in military master planning. Military master planning experience shall be in accordance with DoD Unified Facilities Criteria (UFC) for Installation Master Planning UFC 2-100-01 and other references cited therein. Specific expertise should be demonstrated in the following types of projects and/ or work products shown in descending order of importance (most important project experience are listed first, and importance decreases as the list that follows continues): Master Plan Vision Plans and Vision Plan Workshops; Area Development Plans and ADP workshops; Installation Development Plans; Installation Planning Standards; Area Development Execution Plans/ Capital Investment Strategies; Master Plan Summary/Digest; planning and programming including conducting planning charrettes and developing charrette reports and preparing full MILCON and SRM DD1391s, including the Economic Analysis and familiarity with use of the PAX system and ECONPACK; conducting facility and space utilization surveys; traffic and transportation management plans; installation GIS support; as-built and CADD support; RPLANS, TAB, and PRISMS support; capacity planning; low-impact development plans; net-zero studies and energy and sustainability master plans; experience with the National Capital Regulatory Agencies and their submission procedures; i.e. National Capital Planning Commission, Commission of Fine Arts, Advisory Council on Historic Preservation, State Historic Preservation Offices; access control studies; defense critical infrastructure program (DCIP) and anti-terrorism and force protection standards; feasibility studies, requirements analysis, and other studies that support the master planning program; Leadership in Energy and Environmental Design (LEED) type documentation; National Environmental Policy Act (NEPA) compliance, environmental studies (EA) or impact analysis (EIS), and associated NEPA public disclosure and coordination procedures; experience with National Historic Preservation Act (NHPA) compliance (i.e. Section 106 and 110 procedures); All projects provided in the SF 330 must be completed by the office/branch/regional office and or individual team members actually proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. If the Offeror is a joint venture (JV), relevant project experience should be submitted for the joint venture if shared experience is available; if no shared experience is available, offerers may submit projects performed by either joint venture partner. For submittal purposes, a task order on an IDIQ contract is considered a project as is a stand-alone contract award. Do not list any IDIQ contracts as an example of a completed project. Instead, list relevant completed task orders or stand alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. All projects included in Section F of the SF330 must be from the last seven years. All projects included in Section F of the SF330 must be at least 50% complete. Factor 3 - Ability to accomplish the work in the required time: The firm must demonstrate the ability to handle multiple projects and numerous task orders simultaneously without impacting project schedules or deliverables. Most IDIQ task orders are between four and 24 months duration, with the majority being of 12 months duration. The firm must demonstrate the ability to maintain project schedules with heavy workload and short turn-around times. Factor 4 - Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, innovation, overall safety record, and stakeholder/ customer satisfaction. The evaluation of past performance will be based on information provided through CPARS within the past five years and may include other information provided by the firm, customer inquires, Government databases, and other information available to the Government including information from the points of contract provided by the offeror. Failure to provide requested data, accessible points of contract, or valid phones numbers may result in a firm being considered less qualified. Factor 5 - Knowledge of Locality: Firms must demonstrate specific knowledge of USACE North Atlantic Division Area of Responsibility (AOR) and the USACE Baltimore District Area of Responsibility local conditions and site features such as geological features, climate conditions, local construction methods, agency coordination and local laws and regulations. Firms should demonstrate knowledge and experience with the National Capital Regulatory Agencies and their submission procedures including the National Capital Planning Commission, Commission of Fine Arts, Advisory Council on Historic Preservation, and State Historic Preservation Offices. Secondary Factors will only be used as tie breakers among firms that are essentially technically equal. Factor 6 - Geographic Proximity: Firms will be evaluated on their location with respect to the USACE NAD Area of Responsibility (AOR) and the USACE Baltimore District. Factor 7 - Equitable Distribution of DOD Contracts: Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms. (4) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform the work must submit four (4) hard copies and two (2) electronic copies on CD of the SF330, Part I and Part II, for prime and all consultants no later than 10:00AM EST on 11 March 2015. The document shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. The SF330 Part I shall not exceed 125 pages (8.5 x 11), including no more than 20 pages for Section H. Each printed side of a page will count as a page. All submissions should be addressed to Patricia Morrow, 7000-H Contracting, 10 South Howard Street, Baltimore, MD 21201. Solicitation packages are not provided and no additional project information will be given to firms during this announcement period. This is NOT a request for proposal. Please submit all questions regarding this notice to Patricia Morrow via email (patricia.morrow@usace.army.mil) no later than 10:00AM EST on 19 February 2015. Point of Contact: Patricia Morrow at (410) 962-3463, patricia.morrow@usace.army.mil U. S. Army Corps of Engineers, Baltimore District, 10 South Howard Street, Baltimore, Maryland 21201 Place of Performance N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-R-0017/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN03650008-W 20150226/150224235022-b6225bf48953889c296f3c9d33e7b579 (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 |