Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
MODIFICATION

C -- A-E Services Army Cyber Center of Excellence Campus, Fort Gordon, GA

Notice Date
2/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-17-R-0016
 
Point of Contact
Sabrina Bastine, Phone: 9126525943
 
E-Mail Address
sabrina.bastine@usace.army.mil
(sabrina.bastine@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A-E Services Army Cyber Center of Excellence Campus, Fort Gordon, GA Solicitation Number: W912HN-17-R-0016 Technical Point of Contract: Samuel J Hong at 912-652-5556 or email: samuel.j.hong@usace.army.mil; Questions concerning subcontracting plan: Leila Hollis at 912-652-5340 or email: leila.hollis@usace.army.mil; and Contractual Questions to: Sabrina Bastine at 912-652-5943 or email: sabrina.bastine@usace.army.mil; Questions concerning SF330; Wade Marshall at 912-652-5117 or email: wade.a.marshall@usace.army.mil. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Savannah District requires A-E services for Fort Gordon's Army Cyber Center of Excellence (CCoE) campus. Services are to be provided under a Single Award Task Order a Contract (SATOC). This procurement will be conducted in accordance with the AE Brooks Act. The North American Industry Classification System (NAICS) code for this action is 541330. It is open to all A-E firms regardless of size. The Government intends to award one (1) IDC. The total capacity of the IDC is $45,000,000 for a term not to exceed five (5) years. Work under this contract will be subject to satisfactory negotiation of individual firm fixed price task orders. Task Orders will be primarily for large CCoE Campus projects with a construction value greater than $50 million, however, as required, smaller projects related to or supporting the build-out of the CCoE campus may be executed under this contract. Rates will be negotiated for each 12-month period of the contract. All interested A-E firms are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest), and all large A-E firms are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts with small and disadvantaged businesses to the maximum extent practicable consistent with the efficient performance of the contract. A large business awardee must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan for that part of the work to be subcontracted, and will be required to submit a detailed subcontracting plan during contract negotiations. Minimum acceptable goals to meet the Savannah District small business targets are as follows: 50% small business; 17% small disadvantaged business; 18% women-owned business; 10% HUBZone small business; 4% service-disabled veteran-owned small business; and 8.5% Veteran-owned small business. Contractor Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under their contract via a secure data collection site at http://www.ecmra.mil/. Reporting inputs will be for the labor executed in each Government fiscal year (FY), which runs October 01 through September 30. While inputs may be reported at any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2017. The contractor may direct questions to the help desk at: http://www.ecmra.mil/. PROJECT INFORMATION: A-E services for the CCoE Campus at Fort Gordon include design services and support for projects currently planned to be to be constructed in FY19, FY20, and FY22. Each project has an estimated construction cost of approximately $90 Million. A FY25 project is currently outside the ordering period for this contract, but could potentially be moved forward to an earlier year with an estimated construction cost of approximately $70 Million. These projects, plus other projects related to or supporting the campus build-out, support the vision to integrate cyber, signal, electronic warfare, and intelligence capabilities into an operationally relevant cyber capacity and capability; train soldiers and civilians; and develop enterprise requirements within a top secret/secure compartmented information environment that supports the warfighter. Work may consist of preparation of reports, studies, master planning, programming documents, project planning, full design and design-build documents, drawings and specifications, commissioning efforts, cost estimates, asbestos and lead paint surveys, topographic and geotechnical surveys, LEED and Energy studies and applications, application of ATFP requirements, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. The firm may be required to provide construction phase services, preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All design must comply with the Savannah District Design Manual. All design will utilize Building Information Modeling (BIM) software. BIM software platform and drawing file format will be determined per task order. All drawing files will be developed using the AEC Standard, as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Facilities Guide Specifications (UFGS). Work will require experience working on projects requiring secret or TS/SCI clearance. SELECTION CRITERIA: The source selection factors for this procurement are listed below in descending order of importance. Sub-factors within each factor are also listed in descending order of importance. Factors 1 through 4 are primary. Factor 5 is secondary and will only be used as a tie-breaker among technically equal firms. Factor 1. Professional Qualifications (SF330, Part I, Sections E and G) Subfactor - Resumes of Key Personnel (Section E, Blocks 12 - 18): Offerors must have, either in-house or through consultants or subcontractors, the disciplines listed below. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided in Section E. Each resume shall not exceed one page in length. In Block 13, the role listed must use the exact same discipline nomenclature as listed below. If an individual will serve in more than one role, then all disciplines shall be clearly indicated in Block 13. The format of Section E as to its content is not to be altered. Additionally, all Key Personnel must be shown on the organizational chart in Section D, and must be U.S. Citizens. At a minimum, three (3) Key Personnel must possess current Top Secret Security Clearances. These must be final, not interims, and are to be identified on their individual resumes. The following disciplines are required: (1) Project Manager - required Project Management Professional (Registration number required); minimum of a bachelor's degree from an accredited four-year college or university. (2) Electrical Engineer - required Professional Engineering Licensure (License number required); minimum of a bachelor's degree from an accredited four-year college or university with a major in Electrical Engineering. (3) Mechanical Engineer - required Professional Engineering Licensure (License number required); minimum of a bachelor's degree from an accredited four-year college or university with a major in Mechanical Engineering. (4) Architect - required Registered Architect Licensure; minimum of a bachelor's degree from an accredited four-year college or university with a major in Architecture. (5) IT Systems/Network/Communications Engineer - required Professional Engineering Licensure (License number required); minimum of a bachelor's degree from an accredited four-year college or university with a major in IT Systems/Network/Communications Engineering. Subfactor - Relevant Projects (Section E, Block 19): All Key Personnel are required to have a minimum of five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to this solicitation. Relevant projects are those that reflect experience performing the respective discipline. No more than five projects should be listed for each resume, and each project listed must have been completed within seven (7) years of publication of this solicitation announcement. (Note: The projects provided for this factor may also be used to address Factor 2.) The evaluation of Factor 1 will take into consideration the education and registration, licensure or certification(s), as applicable, of each person named for each discipline and that person's longevity with the firm named in Block 15. It will also take into consideration the person's relevant project experience provided in Block 19. Subfactors are not separately rated, but may be assessed Strengths or Weaknesses, as appropriate. Only the Key Personnel disciplines requested in this solicitation will be evaluated. Factor 2. Past Performance (SF330, Part I, Sections F and G) In Section F Offerors are to submit up to eight (8) projects that best illustrate the proposed team's (see Part I, Section C) qualifications for award of a contract. (Note: The projects provided for Factor 1 may also be used to address this factor.) For purposes of this solicitation, a stand-alone contract or single task order is considered one project. Separating activities performed under a contract or task order will not be considered multiple projects; conversely, combining activities performed under separate contracts or task orders to produce a single project will not be considered. For each project use only one page and note the contract or task order number, as applicable. As to content, do not alter the format of Section F. All projects must have been completed within seven (7) years of publication of this solicitation announcement (see Block 22). At least four (4) of the projects presented must show that the Offeror (the firm submitting the SF330 as the prime contractor), whether as a prime contractor or subcontractor, performed the majority (>50%) of the work on the project. To demonstrate such performance, Offerors are to state the percentage of work they performed. If a proposed subcontractor also worked on the project, state the percentage of work it performed. If an Offeror submits more than four (4) projects, those projects must reflect performance of work by the Offeror, or one or more of its proposed subcontractors. For each such project state the percentage of work performed by the Offeror, and/or the percentage of work performed by each proposed subcontractor. In Block 24, "cost" is the total value of the project, not simply the value of the work performed by the Offeror and/or any proposed subcontractor. To demonstrate quality of past performance, for each project the Offeror must provide a Contractor Performance Assessment Report (CPAR). If a CPAR, is not available, the Offeror must provide a NAVFAC/USACE/USGS Past Performance Questionnaire (PPQ). If a PPQ is provided and there is a CPAR, the CPAR rating will govern. The Government reserves the right to review any official performance evaluation system of records to inform its source selection decision. When completing Section G, in Block 26, along with the name of key personnel, include the firm with whom the person is or was associated at the time the project was performed. Those firms submitting as Joint Ventures (JV) must follow the same procedures as any other Offeror with the following exception. If the JV (the Offeror) cannot provide at least four (4) projects that demonstrate performance by the JV of 50% or more of a project, as either a prime contractor or subcontractor, the JV may provide projects performed by any partner of the offering JV that reflect performance of 50% or more of a project, as either a prime contractor or subcontractor. Of the projects submitted as prescribed above, relevant projects are those that reflect the experience of the Offeror and/or proposed subcontractor(s), as prime contractors or subcontractors, performing activities similar to those described above in the paragraph titled Project Information. More weight will be given to project designs of Cyber Security facilities or campuses on military installations, that required Top Secret Security Clearances for Key Personnel, that are 100% complete, and that are of scope, magnitude, and complexity similar to that required by this solicitation. More weight will also be given for those projects that reflect performance by personnel (see Part I, Section G, Blocks 26-29) that are proposed as Key Personnel in Section E, Part I. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 3. Specialized Experience and Technical Competence (SF330, Part I, Section H) In Part I, Section H, the Offeror must provide narratives demonstrating its team's (see Part I, Section C) breadth of knowledge and experience with the design of Cyber Security Facilities. For each subfactor, the narratives should describe the corporate approach, driving criteria or potential constraints, and examples of successful performance. Subfactors are not separately rated, but may be assessed Strengths or Weaknesses, as appropriate. Subfactor - Discuss knowledge of, and experience with, providing IT systems or network engineering for DoD agencies that involves integration of extensive, robust, internal communication networks (wired, wireless, unclassified, and classified) into building systems architecture that also includes highly complex and innovative audio-visual and graphic display. Subfactor - Discuss knowledge of, and experience with, providing DoD agencies with designs for all forms of electronic security (card readers, cameras, etc.) and Electromagnetic Pulse protection (EMP) or Electromagnetic Shielding (RF Shielding). Subfactor - Discuss knowledge of, and experience with, designs of facilities that house classified information and networks for DoD agencies. Include information specific to design of electronic classrooms, or auditoriums in a classified environment. Subfactor - Discuss knowledge of, and experience with, working in a collaborative environment with DoD Contracting and Engineering project proponents and end-user groups to develop and achieve project requirements, goals and objectives within budget and scope. Subfactor - Discuss knowledge of, and experience with, work management planning to include quality management, subcontractor management, version control management, proactive internal and external communication protocols, and independent submittal review processes in the context of providing services under multiple task orders. Factor 4. Quality of Work, Cost Control and Scheduling (SF330, Part I, Section H) Offerors shall demonstrate in narrative or other format a history of customer satisfaction with the Offeror's quality of work, cost control and scheduling. This history can be substantiated by presentation of CPARS or PPQ ratings, or customer ratings from other project evaluation systems. This factor may be assessed Strengths or Weaknesses, as appropriate, with more weight given to successful performance ratings in these three areas on Department of Defense contracts. Factor 5. Small Business Participation (SF330, Part I, Section H) Offerors are to show the extent to which they have utilized SBs in past contracts. Offerors shall submit a record of the past seven (7) years as measured from publication of this solicitation that demonstrates the utilization of SB in the performance of contracts, to include percentage of utilization. An Offeror may demonstrate its past record by including a description and available documentation that shows the methods employed to promote SB utilization and internal methods used to monitor such utilization. This factor may be assessed Strengths or Weaknesses, as appropriate. Interviews. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications will be conducted by the A-E Evaluation Board (Selection Board). Interviews will be held with those offerors deemed by the Board to be qualified for award. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. SUBMISSION REQUIREMENTS: Interested A-E firms or joint ventures (JVs) with the capabilities to perform this work are invited to submit one (1) complete bound paper copy and one (1) complete PDF copy on Compact Disc (CD) or Digital Versatile Disc (DVD) of their SF330 (Architect-Engineer Qualifications) proposal to: DEPARTMENT OF THE ARMY, SAVANNAH DISTRICT, CORPS OF ENGINEERS, CESAS-EN-EP, Attn: Wade Marshall 100 W. OGLETHORPE AVENUE, SAVANNAH, GA 31401-3640. The current edition of the SF330 must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe Acrobat XI or an earlier version. Proposals submitted in a format other than as described above will not be accepted. All Offerors responding to this solicitation MUST label the SF330 and the CD or DVD with their company name and solicitation number. All Offerors, to include JVs, submitting proposals shall obtain a DUNS number. Include the DUNS number in Part I, Section B, Block 5 next to the name of the firm. Additionally, all Offerors, to include JVs, must be registered in the System for Award Management (SAM). For instructions on registering with the SAM, go to https://www.sam.gov/portal/public/SAM/. JVs are to include a fully executed JV Agreement with their proposal at Part II. All fonts shall be at least 12 or larger in Arial (not Arial Narrow) to include text, tables and figures. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Part I, Section D and the Matrix required by Part I, Section G may be presented on a sheet up to 11 inches by 17 inches folded neatly to 8-1/2 inches by 11 inches. Do not use multi-column formatting. The paper copy and PDF copy on CD or DVD are to be organized as indicated below. Where information in the two formats conflicts, the information in the paper copy governs. Part I of the SF330 shall not exceed 50 pages, front side only, excluding tabs, separators and blank sheets, and shall be organized as follows: Tab A - SF330, Part I, Sections A, B, C and D. Tab B - SF330, Part I, Section E. Tab C - SF330, Part I, Section F, CPARS or PPQs. Tab D - SF330, Part I, Section G. Tab E - SF330, Part I, Sections H and I. Part II of the SF330 shall not exceed 30 pages, front side only, excluding tabs, separators and blank sheets. A Part II is required for each branch office of the Offeror and any subcontractor that will perform a key role under the contract. Part II shall be organized as follows: Tab F - SF330, Part II Tab G - Joint Venture Agreement (as applicable) (This document does not count against the page limitation for Part II.) OFFERS MUST BE RECEIVED AT THE ADDRESS INDICATED ABOVE NO LATER THAN 2:00 PM CENTRAL TIME ON 08 MARCH 2017. The Agency will not accept any offers received after this time and date. To verify your submittal has been delivered, you may email Mr. Wade Marshall at: wade.a.marshall@usace.army.mil. The Selection Board is tentatively scheduled to commence on or about 20 MARCH 2017. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted. Questions should be submitted no later than 21 FEBRUARY 2017, 2:00 PM Central Time to allow time for a response. On this date and time the portal will be closed. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W912HN-17-R-0016. The Bidder Inquiry Key is: 3N7FIG-HFGYUT. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-17-R-0016/listing.html)
 
Record
SN04395211-W 20170210/170208234116-9c68b216b8457204bd66c955708cebea (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.