SOLICITATION NOTICE
C -- Architect and Engineering Services (Architectural/Structural/Civil) - Attach #2 - Attach #1
- Notice Date
- 4/20/2016
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-16-R-0009
- Archive Date
- 6/7/2016
- Point of Contact
- Richard C Childres, Phone: 315-330-4194, Bryant (Lackland) Soule, Phone: 315-330-4723
- E-Mail Address
-
richard.childres@us.af.mil, bryant.soule@us.af.mil
(richard.childres@us.af.mil, bryant.soule@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Scope SF 330 This is a Notice of Intent for an Architect/Engineer (A/E) firm for design of architectural, structural, and civil projects and supporting services at or designated by the Air Force Research Laboratory (AFRL), Rome NY, including subordinate field and other supporting sites. AFRL/RRS is an Information Directorate site, denoting the site conducts technological research and development; wet laboratories are NOT part of the AFRL RRS facility. The Information Directorate is the Air Force's and nation's premier research organization for Command, Control, Communications, Computers, and Intelligence (C4I) and Cyber technologies. The directorate explores, prototypes, and demonstrates high-impact, affordable, and game-changing technologies. To support the science, engineering, and research mission, AE firms will be required to produce designs for, including but not limited to, server rooms with greater than typical cooling capabilities, anechoic chambers, sensitive compartmented information facilities, and free-standing radio and radar towers. The buildings AFRL RRS occupies are legacy, remaining from the former Griffiss AFB, built over the course of decades. Consequently, electrical, mechanical, structural, and infrastructure may be aged. Firms will be expected to introduce and meld modern with antiquated. Services may include, but are not limited to engineering studies; preparation of plans, specifications, cost estimates, and parametric cost estimates; as-built drawings; and post construction services. Projects may involve new construction, remodeling, alteration, repair, and maintenance type projects. Title II Construction Services may also be required to cover a full range of construction inspection and project surveillance services. Various types of A/E Services such as investigation, inspection, studies, reports, and cost estimates may also be required as relates to project design. Projects could include various combinations of disciplines. However, it is the intent of this solicitation to choose one firm as prime contractor to focus on related projects requiring staff and personnel schooled in, and New York State certified and/or licensed in, Architectural/Structural/Civil Engineering (A/S/C) disciplines. See ATTACHMENT 1 Statement of Scope (SOS) for further information. The Government intends to issue a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a five year ordering period. The selected firm must negotiate hourly rates for anticipated disciplines, reproduction, overhead, and other elements. Projects will be issued to the contractor by task orders. The minimum amount to be issued under the contract will be the value of the first task order. The maximum ordering amount is $2,000,000 over the five year ordering period. This notice is being issued on a Total Small Business set-aside basis. For information, the NAICS code relevant to this procurement is 541330 with a small business size standard of $15,000,000 average annual revenue. EVALUATION AND SELECTION CRITERIA Potential sources must provide a complete, written SF330, Parts I and II. A SF330 is attached to this notice, ATTACHMENT 2, and also can be accessed online in the Forms Library at http://www.gsa.gov. Completed SF330s received in response to this notice will be evaluated by a government board in accordance The Selection of Architects and Engineers Statute (formerly The Brooks Act), Federal Acquisition Regulation (FAR) Part 36.6, and supplements thereto in order to determine the most highly qualified firms. Failure to provide the requested data or accessible points of contact could result in a firm being considered less qualified. Offerors must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The A/E firms will be evaluated against the following selection criteria: (1) PROFESSIONAL QUALIFICATIONS. Evaluators will award up to 25 points based on their judgment of the depth and experience of the firm and other firms submitted as part of the team as well as the 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 task orders. Responses will be evaluated to determine personnel: a. Education b. Training c. Project Experience d. Professional Registration of Key Personnel (2) SPECIALIZED EXPERIENCE. Evaluations will award up to 15 points based on specialized experience of the firm's staff with requirements of the Notice of Intent and the firm's demonstrated success in specifying the use of recovered materials in construction, and achieving waste reduction and energy efficiency in facility design. 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. SF 330, Block H should clearly identify the firm's demonstrated success in specifying the use of recovered materials in construction, and achieving waste reduction, pollution prevention, and energy efficiency in facility design. The firm shall also identify if the prime or its associates have at least one Leadership in Energy and Environmental Design (LEED) Accredited Professional as defined by Green Building Council. The firm shall also identify LEED awards and ratings achieved by the firm and its associates. (3) CAPACITY FOR TIMELY ACCOMPLISHMENT OF WORK. Evaluations will award up to 30 points in judgement of the capacity of the firm to accomplish the requirements of the Notice of Intent. 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 Blocks C and F may also be evaluated to support this criterion. SF 330, Part II shall be provided for the specific prime office expected to lead this effort and teaming partners proposed to perform the work. In Block 9c (i), 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; b. Ability to support concurrent projects; c. Ability to manage, coordinate, and administer work within prime and among teaming members; (4) PAST PERFORMANCE. Evaluations will award up to 35 points based on evaluation of past performance of the firm with respect to their execution of DoD and other contracts, both Government and private. Evaluation parameters will be set that allow points award based on level of experience. Parameters will range from extensive, for maximum points award, to little/no experience for the least number of points award. Reports of completed DoD contracts listed in the Federal Awardee Performance and Integrity Information System (FAPIIS) at https://www.fapiis.gov/fapiis/govt/fapiispubaccessmain.jsp will be reviewed for performance on Government contracts. FAPIIS provides users access to integrity and performance information from the FAPIIS reporting module in the Contractor Performance Assessment Reporting System (CPARS) and suspension/debarment information from the Entity Management section of SAM database. FAPIIS will only display integrity, performance, and proceeding information entered on or after April 15 2011. Anything earlier will be verified on the CPARS page at http://www.cpars.gov/. At SF 330, Block H cite examples of performance and customer satisfaction such as recognition for technical achievements, cost savings, or commendations received by your team for projects similar to the scope of work. Responses will be evaluated to determine: a. Ability to maintain cost, schedule and quality; b. Customer satisfaction c. Relevance of the past performance information to the requirements of the Notice of Intent. More recent experience will be considered more favorably. For purposes of this effort, relevancy is defined as within five (5) years from the date of this announcement. (5) LOCATION. All firms responding to the Notice of Intent will be considered. However, evaluators will award up to 25 points based on the firm's knowledge of the locality (Rome, NY), local environmental laws and regulations, and the firm's ability to respond to the site for urgent or time-sensitive matters, as well as its understanding of AFRL mission facilities. (6) VOLUME OF DOD 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. Firms with a greater number of contracts or volume of work should be awarded less points and vice versa. SF 330, Block H should clearly identify, in table format similar to SF 330, Part II, Block 11, the volume of DoD work. SF 330, Block 11a, where Federal Work is written, firms should enter DoD volume only. Amounts should represent the total amount of any DoD contract vehicle in which obligation of funds has occurred in the previous year from the date of this announcement. (7) INTERVIEW/DISCUSSION. The Final Selection Board will award up to 50 additional points to the three highest scoring firms, as determined by the Pre-Selection Board. These 50 points will be awarded on, but not limited to, the following criteria: clear understanding of Statement of Scope; examples of outstanding past performance; customer responsiveness; examples of projects completed ahead of schedule; cost control; use of creativeness 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 included in the prime's proposal. The statement shall also list all team members. The Pre-Selection Board will use the factors from Criteria 1 through 6 to score responses received. Not all evaluation factors are of equal point valuation, with variations from 10 to 50 points. The highest available score from the Pre-Selection Board is 140. The Pre-Selection board will recommend to the Final Selection Board the Pre-Selection Board three highest scoring firms. The Final Selection Board will also use the factors from Criteria 1 through 6 to score the firms recommended by the Pre-Selection Board. The Final Selection Board will further evaluate these firms based on interview/discussion and record their scores from Criteria 7 (worth 50 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 highest available score from the Final Selection Board is 190. The overall highest available score for selection is 330. The selection board then will recommend the most highly qualified firm for issuance of a Request for Proposal (RFP) and negotiation. If the Government is unable to negotiate a fair and reasonable contract with the firm considered to be the most qualified, negotiations will be formally terminated with that firm. Negotiations will then be undertaken with the second most qualified firm and so on down the ranked order until the Government is able to negotiate a fair and reasonable price. RESPONSE INSTRUCTIONS Submit all questions in writing to Richard Childres at richard.childres@us.af.mil. Firms that meet the requirements described in this announcement are invited to submit their completed SF330 to the attention of Richard Childres, AFRL/RIKO, 26 Electronic Parkway, Rome NY, 13441-4514, richard.childres@us.af.mil, cc Bryant.Soule@us.af.mil. Firms must submit two (2) copies in paper, hardcopy form and one (1) copy via E-mail. The SF 330 must be received by 3:00 PM EST 23 MAY 2016 to be considered for selection.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-R-0009/listing.html)
- Place of Performance
- Address: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN04089767-W 20160422/160420234322-9e6c58538dfce75f564ad1fb264311f6 (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 |