SOLICITATION NOTICE
C -- ARCHITECT-ENGINEER (A-E) INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI-DISCIPLINE DESIGN AND CONSTRUCTION SUPPORT SERVICES, PRIMARILY FOR JOINT BASE LEWIS-MCCHORD (JBLM) WASHINGTON
- Notice Date
- 4/8/2015
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW15R0022
- Response Due
- 5/11/2015
- Archive Date
- 6/10/2015
- Point of Contact
- Kathaleen Schollard, 2539664369
- E-Mail Address
-
USACE District, Seattle
(kathaleen.schollard@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PLEASE NOTE: This is NOT a Request for Proposals. There is no solicitation package to download. All information required to submit the SF330 documents is contained herein. 1. CONTRACT INFORMATION: The Seattle District Corps of Engineers has a requirement for an Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for Multi-Discipline Design and Construction Support Services, primarily for Joint Base Lewis-McChord (JBLM) and its Sub-Installations. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Part 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The scope and purpose of this IDIQ Contract will be to provide full multi-discipline and abbreviated design services for renovation, repair and minor construction projects at Joint Base Lewis-McChord and its sub-installations. The effective period of the Contract shall be a one-year Base Period with the option to extend for four (4) additional one-year Option Periods. Work under this IDIQ Contract will be issued by Firm-Fixed Price (FFP) Task Orders. The Contract will have an individual Task Order limit of $500,000 per Task Order and the maximum value of all work issued under the Contract will be limited to $5,975,000 over five years. Multiple Task Orders may be awarded with similar completion schedules and overlapping delivery dates. The Government makes no representation as to the number of Task Orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction Contract or Task Order issued under the resulting Contract are prohibited from participating in the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. The primary North American Industrial Classification System (NAICS) Code for this acquisition is 541330, with a small business size standard of $15M. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $15 million or less over the last three fiscal years. This acquisition is a 100% TOTAL SMALL BUSINESS SET-ASIDE and is therefore open to all qualified small businesses under the NAICS code of 541330. In accordance with DFARS 252.204-7004, Alternate A, all firms must be registered in the System for Award Management (SAM) database prior to award of any Government Contract. For information or assistance with registering in the SAM database, log on the Internet website at https://www.sam.gov/portal/SAM/#1. 2. PROJECT INFORMATION: The Architect-Engineer (A-E) firm awarded the A-E IDIQ Contract will perform various duties as specifically identified in individual Task Orders awarded under the IDIQ Contract. These duties may include, but are not limited to, the following: a. Prepare full or abbreviated designs, drawings, specifications, charrettes, preliminary studies, sketches, layout plans, surveys, reports, engineering calculations, and design-build Request for Proposal (RFP) packages and cost estimates for a variety of projects involving the maintenance, repair, alteration and/or new construction of projects at Joint Base Lewis-McChord and its sub-installations and projects assigned to Seattle District, USACE. Designs may also include design-build projects requiring preparation of material takeoffs and bills of materials. The Government may provide government designs, drawings, specifications, and standards for buildings, structures and other facilities as necessary to assist the A-E firm in meeting the requirements of the proposed project. The number of copies of the RFP packages, designs, studies, sketches, plans and reports to be furnished to the Government will be set forth in each individual Task Order. Project designs may consist of architectural, civil, mechanical and/or electrical design, interior design, and hazardous material abatement surveys and reports. b. Prepare detailed cost estimates, obtain necessary permits, licenses and approvals, prepare informal shop drawings and abbreviated design analysis as well as perform limited surveying and geotechnical services. c. adhere to JBLM's Environmental Management System and incorporate the concepts of Leadership in Energy and Environmental Design (LEED), Low Impact Development (LID) and Sustainable Design and Development (SDD) as well as Anti-Terrorism/Force Protection (AT/FP) measures. d. Perform construction support services as required. 3. SELECTION CRITERIA: The selection criteria for this particular procurement are as follows: Criterion (1), Specialized Experience and Technical Competence (SF 330, Section F) and Criterion (2), Professional Qualifications (SF 330, Section E); The remaining Criteria are to be addressed in SF 330, Section H: Criterion (3), Past Performance; Criterion (4), Capacity; Criterion (5), Knowledge of the Locality; Criterion (6), Extent of Small Business Participation; Criterion (7), Geographical Proximity; and Criterion (8), Equitable Distribution of Work. Criteria (1) through (5) are PRIMARY criteria and will be evaluated for all firms. Criteria (6) through (8) are SECONDARY criteria and shall only be used as tie-breakers should the application of criteria numbers (1) through (5) result in firms being rated as equal. Criteria are listed in descending order of importance. SF 330s will be evaluated to determine the most highly qualified firm. Evaluating Past Performance 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. In evaluating an Offeror's capability, the Government may consider how well the offeror complied with these instructions. All projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this Contract; projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. FIRMS SLATED AS MOST HIGHLY QUALIFIED: To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. PRIMARY CRITERIA: SF 330, PART 1, SECTION F, CRITERION (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm. Submission Requirements: For the proposed team, provide a maximum of ten (10) specific, completed projects that best illustrate overall team experience in providing full multi-discipline and abbreviated design services for renovation, repair and minor construction projects. Completed projects are defined as those in which the firm's performance of the task for which it was hired (i.e. design and/or construction support services) is complete. Discuss conformance to scope, adherence to performance schedules, limiting changes and delivering a product that satisfies the requirements. The evaluation will consider current and former relationships between the prime A-E firm and its proposed sub-consultants. Projects that demonstrate experience completing work that requires anti-terrorism/force protection (AT/FP) criteria knowledge may be rated more favorably for this criterion. Projects that demonstrate experience in incorporating Leadership in Energy and Environmental Design (LEED); concepts and principles of Low Impact Development (LID) and Sustainable Design and Development (SDD) may also be rated more favorably for this criterion. SF 330, PART 1, SECTION E, CRITERION (2) PROFESSIONAL QUALIFICATIONS of key personnel to be assigned to this Contract. Resumes shall be provided for key personnel and proposed sub-consultants for all A-E disciplines, including civil, structural, electrical, mechanical, environmental, fire protection, architectural and interior design, sustainable design and cost engineering. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. Key personnel are defined as lead designers for key disciplines, Project Manager and Quality Control Manager to be assigned to this Contract. Key personnel proposed are required to be licensed or certified professionals, as applicable. The evaluation will consider education, training, registration, overall and relevant experience. For sub-consultant key personnel, the evaluation will also consider current and former relationships with the prime A-E firm. It is expected that the individuals identified as key personnel will be the individuals performing these positions under the resulting contract. Any changes to the proposed key team members after submission of qualifications MUST be approved by the Contracting Officer. Submission Requirements: Provide brief resumes of each proposed team member who will specifically perform the major tasks in the disciplines listed above under this Contract. Provide the highest level of education achieved and the number of years engaged in the discipline. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual member's qualifications for the position for which the key member is being proposed. Completed projects are defined as those in which the firm's performance of the task for which it was hired (i.e. design and/or construction support services) is complete. Projects submitted where the key member has performed in the role proposed for this Contract may be evaluated more favorably. As referenced in the SF 330, Part 1, Section D, provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the branch office location of each team member. SF 330, SECTION H, CRITERION (3) PAST PERFORMANCE of the firm and the project team on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. In its evaluation of past performance, in addition to information submitted by the firm, the Government will consider information obtained from the Past Performance Information Retrieval System (PPIRS) and any other sources deemed necessary by the Government. Firms are encouraged to contact the appropriate Government Project Managers, Contracting Officers, or Contracting Officer's Representatives to ensure CPARS (formerly called ACASS) evaluations have been submitted on completed Government projects, particularly for those projects submitted under Criteria 1 and 2. Submission Requirements: Provide a brief narrative that demonstrates past performance and indicates effectiveness on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. It is the responsibility of the firm to explain how the past performance information is relevant to the proposed Contract. Firms may also provide information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Identify recent awards, commendations, and other performance evaluations outside of CPARS. Past performance of the following types of projects may be given additional consideration under this criterion: 1) recently completed DOD contracts and/or projects identified in Criteria 1 and 2; 2) projects performed by key personnel or major sub-consultants under the proposed team structure; 3) projects requiring anti-terrorism/force protection (AT/FP) criteria knowledge; 4) projects that incorporate Leadership in Energy and Environmental Design (LEED), concepts and principles of Low Impact Development (LID), and Sustainable Design and Development (SDD); and 5) projects in one or more of the following experience areas (renovation of facilities, remodeling of facilities, minor new construction, and work performed on a military installation). SF 330, SECTION H, CRITERION (4) CAPACITY of the proposed team to accomplish the work of the required type and the dollar amount stated in this announcement. Submission Requirements: Describe the firm's ability to utilize an adequate number of personnel in key disciplines and the proposed team's ability to complete several large and small multidisciplinary Task Orders concurrently requiring quick turn-around. Indicate the firm's present workload and the availability of the project team (including sub-consultants) for the specified Contract performance period. Indicate specialized equipment available. Firms that demonstrate a comprehensive plan to manage several large and small multidisciplinary Task Orders concurrently, and that show availability of resources for surge support, may be evaluated more favorably under this criterion. SF 330, SECTION H, CRITERION (5) KNOWLEDGE OF THE LOCALITY of the Contract as it relates to engineering design. Submission Requirements: Provide a narrative that describes and illustrates the team's knowledge of work in the locality of the Contract as it relates to engineering design. Firms that can demonstrate knowledge of the local area's geological features, climatic conditions, historical building preservation knowledge, and/or local construction methods may be rated more favorably for this criterion. SECONDARY CRITERIA: SF 330, SECTION H, CRITERION (6) EXTENT OF SMALL BUSINESS PARTICIPATION (including Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) minority institutions) in the proposed contract team, measured as a percentage of the total estimated effort. Submission Requirements: All firms responding to this announcement shall provide a brief narrative identifying the extent to which Small Businesses (SBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), HUBZone Small Businesses, Small Disadvantaged Businesses (SDBs), Woman-Owned Small Businesses (WOSBs), and Historically Black Colleges/Universities or Minority Institutions (HBCU/MIs) would be used in the performance of this proposed Contract as well as the firm's prior level of commitment to using these small businesses in the performance of prior contracts. A subcontracting plan is not required with this submittal. Firms demonstrating a high level of utilization of small business in sub-consultant roles may be evaluated more favorably under this criterion. SF 330, SECTION H, CRITERION (7) GEOGRAPHICAL PROXIMITY to Joint Base Lewis-McChord (JBLM). Submission Requirements: Identify the firm's location of main offices, branch offices, and sub-consultant's offices. Describe and illustrate the team's availability to work in the geographical area. Address ability of the firm to ensure timely response to requests for on-site support. Firms with a local office, within 50 miles by road, of JBLM may be evaluated more favorably under this criterion. SF 330, SECTION H, CRITERION (8) EQUITABLE DISTRIBUTION OF THE WORK. Submission Requirements: Provide a list of DOD contracts awarded in the last 12 months. Include the dollar amount for each DOD contract/task order awarded. Firms with multiple offices shall indicate which branch office is/was responsible for each project. Include agency phone numbers and points of contact. 4. GENERAL SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform work under this proposed Contract must submit the following: One (1) original and four (4) copies of the SF 330, including a completed Part II for the firm and key sub-consultants. Please note that a separate SF330, Part I is not required for each sub-consultant. The SF330 Part I shall not exceed 50 single or 25 double-sided pages (8.5 quote mark x 11 quote mark ), not including tabs/page dividers or table of contents. Minimum font size is 10. Submittals should be mailed or delivered to Ms. Kathaleen Schollard, USACE Seattle District, Special Projects Branch, CECT-NWS-S (Schollard) at Bldg 2015, N. 4th and Pendleton, Joint Base Lewis-McChord, WA, Room 337. Proposals are due not later than 2:00 PM Pacific Daylight Time (PDT) on Monday the 11th of May 2015. Submittals received after this date and time will not be considered. Accordingly, firms are advised to plan for potential delays in delivery including, but not limited to, weather, traffic, building security, etc. No e-mail or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS PROCUREMENT IS OPEN TO ELIGIBLE SMALL BUSINESS CONCERNS ONLY. POC: Any questions regarding this announcement should be addressed to Kathaleen Schollard at kathaleen.schollard@usace.army.mil. Contracting Office Address: U.S. Army Corps of Engineers, Seattle District, Contracting Division, Special Projects Branch, Bldg 2015, Room 337, North 4th and Pendleton, Joint Base Lewis-McChord, Washington 98433
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW15R0022/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN03692961-W 20150410/150408234713-fd787d2813b11863895f733e1cdf4155 (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 |