SOLICITATION NOTICE
C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR VALUE
- Notice Date
- 7/13/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-17-R-4008
- Archive Date
- 10/31/2017
- Point of Contact
- Jaclyn C. Yocum, Phone: 8163892266
- E-Mail Address
-
jaclyn.c.yocum@usace.army.mil
(jaclyn.c.yocum@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. C -- ARCHITECT AND ENGINEERING SERVICES SMALL BUSINESS SET-ASIDE W912DQ-17-R-4008 SYNOPSIS Architect-Engineering (A-E) SERVICES INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR VALUE ENGINEERING (VE) SERVICES FOR THE KANSAS CITY DISTRICT 1. CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. The selection will be based on demonstrated competence and qualifications for the required work. The primary purpose of this AE contract is to support the Value Engineering (VE) Services to the Kansas City and Seattle Districts and may be used for any US Army Corps of Engineers (USACE) Northwestern District (NWD). One (1) indefinite delivery contracts (IDCs) will be negotiated and awarded, with a base ordering period three years and a two year optional ordering period. The total value of all task orders issued under each contract will not exceed $9,500,000. There is no limit on the value of individual task orders within that limit. Work will be issued by negotiated firm-fixed-price task orders. Award of the contract is anticipated in fourth quarter of FY17. The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000.00 in average annual receipts. This announcement is open to Small Business only. For the purpose of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standards stated above. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. Service wage rates will be determined relative to the employee's office location rather than the location of work. The period of performance for the IDC will begin on the date of contract award and the base ordering period will be for three years and a two year option ordering period from that date. The period of performance for task orders awarded under the IDC will be determined based upon the work requirement and will be included in the task order solicitations and negotiated task order award documents. To be eligible for contract award, a firm must have a D-U-N-S number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS- 100 report. Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNS number. 2. PROJECT INFORMATION: The proposed services are for Value Engineering services for various Military, Environmental Restoration, and Civil Works projects within the U.S. Army Corps of Engineers Kansas City District and the Northwestern Division boundaries. The services performed under this contract and individual task orders may be formal VE studies and/or VE studies/reviews including presentations. Each proposal must indicate capability to complete task orders within two (2) weeks or less from receipt of the notice to proceed (NTP) and perform two (2) workshops in two (2) different nationwide locations during one (1) week's timeframe. Also, offerors must demonstrate the ability to accomplish, within a specified schedule, two (2) weekly workshops for sustained periods of time. Tasks may include using the following; - Performing traditional Value Engineering studies for design/bid/build projects that include study of project features and design systems to arrive at recommended alternatives following the Six Phase Job Plan as recognized by the Society of American Value Engineers (SAVE) International. - Performing Value Engineering studies of design/bid projects that include study of project requirements and specifications to arrive at recommended alternatives following the Six Phase Job Plan as recognized by the Society of American Value Engineers (SAVE) International. - Performing value-based program/project design and planning charrettes - leading value based review of requests for proposals and/or plans & specifications - Preparing risk determinations and mitigation plans for specific programs/projects; - Leading lessons learned reviews and after action reviews including participation from project managers, HQUSACE, and project delivery teams to assist with documentation of such reviews; Members of the team must be knowledgeable in VE methodology, and the team facilitators must be Certified Value Specialists (CVS) currently certified by SAVE International. Additionally, Cost Estimating services may be performed under this contract and will be so designated in each task order. Offerors must have the capability to provide cost advice, and complete cost estimates utilizing latest version of MII estimating program in accordance with set design schedules identified in individual scopes of work for each task order. Typical services would include preliminary, pre-final, and final cost estimates using designs of Corps of Engineers projects to be constructed. Projects and programs requiring VE services may include large military facilities and campuses, complex navigation and flood protection features, extensive environmental restoration projects, headquarters-level program assessments and evaluations of agency-wide engineering business procedures; projects may also be designed in metric units, therefore, team members must have knowledge and experience in metric design units. 3. SELECTION CRITERIA. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion within each major criterion). Criteria a through d are primary and will be evaluated for all offerors. Criteria e through g are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Knowledge of the locality will not be a selection criterion for this contract. a. Specialized experience and technical competence. (1) Value Engineering studies involving new construction, repair or renovation, and/or design-build for Military, Environmental Restoration, and Civil Works projects for the federal government, or similar projects within the private sector. Studies must comply with the requirements of paragraph 4. VE studies facilitated by the prime or a Joint Venture partner will receive additional consideration over those facilitated by other members of the proposed team. Value engineering studies that emphasized sustainable and environment stewardship (i.e. energy and water conservation technologies; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization) will receive higher ratings. The evaluation will be based exclusively on the information in Section F of the SF 330. (2) Quality management procedures. Describe the offeror's quality management procedures (address in Section H of the SF 330). The evaluation will consider the firm's quality management system and quality control procedures for value engineering studies (type and timing of reviews). A detailed quality control plan is not required with this submission but may be required subsequent to award of a contract. b. Professional Qualifications Responding firms shall demonstrate professional qualifications in these key disciplines: 1) Facilitator/Certified Value Specialist (CVS). 2) Architecture 3) Structural engineering 4) Mechanical engineering 5) Electrical engineering 6) Civil engineering 7) Fire protection engineering 8) Geotechnical engineering 9) Cost estimating These key disciplines will all be considered of equal value in the evaluation. The basis of evaluation will be information provided exclusively in section E of the SF 330. The SF 330 shall include a matrix in Section G showing experience of the proposed lead personnel in each key discipline on the projects listed in Section F of the SF 330. The education, professional registration, certifications, overall and relevant experience, and longevity with the firm will be considered. Up to three resumes for each discipline will be evaluated. The lead personnel for each discipline shall be clearly identified in section E. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. c. Past Performance Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The Contract Performance Assessment Reports System (CPARS) is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors who have previously been prime A-E contractors may also be considered. In addition to CPARS, the board may seek information on past performance from other sources. d. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: Facilitator/Certified Value Specialist (CVS); architect; structural engineer; mechanical engineer; electrical engineer; civil engineer; cost estimator. The disciplines will be considered of equal value in the evaluation. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form for each firm that is part of the proposed team. Knowledge of the locality will not be a selection criterion for this contract. SECONDARY SELECTION CRITERIA. The following secondary criteria will only be used as a tie-breaker among firms that are essentially technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criteria are listed in descending order of importance. e. Geographic Proximity. Responding firms should identify any offices operated in close proximity to the Leavenworth, KS/Greater Kansas City, MO metropolitan area and Seattle, WA metropolitan area and the contribution these office(s) will make in support of the project. The basis of the evaluation will be information submitted in Section H of the SF 330. f. SB Participation. Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUBZone small businesses, Veteran Owned small businesses, Service Disabled Veteran Owned Small Businesses, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort. The greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. The basis of the evaluation will be information submitted in Section H of the SF 330. g. Volume of DoD A-E Contract Awards in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms. The basis of the evaluation will be information submitted in Section H of the SF 330. 4. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one original and five copies of the SF 330 and one electronic copy on CD in pdf format to the address listed below no later than 3:00 PM Kansas City time on August 15, 2017. Copies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF 330. Only one SF 330 Part I for the team as a whole shall be included. Include the firm's DUNS numbers in SF 330, Part I, Section B, Block five. A maximum of ten value engineering studies for the proposed team (including joint ventures and teaming partners) shall be shown in section F. For the ten (10) value engineering studies submitted in Section F of the SF 330, a ‘value engineering study' is defined as a Value Engineering report following the Six Phase Job Plan as recognized by the Society of American Value Engineers (SAVE) International performed for one site, single installation, single project, or one program. An Indefinite Delivery Contract (IDC) will not be considered a project. If the offeror provides a specific task order as a value engineering study, it shall provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as a value engineering study, it shall provide the contract number for reference purposes. Value engineering study descriptions shall clearly state extent of work performed by the team (roles and disciplines), extent of project reviewed (for instance, design-build RFP; 35% design; etc.), and dates of completion for VE study. VE studies (or phases of projects) with completed reports before September 2011 will not be considered. VE studies for which the report is not complete will not be considered. Interviews will be held with the most highly qualified firms. Interviews will be conducted telephonically after determination of the most highly qualified firms. The SF 330 shall have a total page limitation of 150 printed pages with Section H limited to twenty (20) pages; each project in Section F shall be limited to two (2) pages; Part II is excluded from the 150 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages. Tabs do not count against the page count limit. For all SF 330 sections, use no smaller than 11 pt. font. Solicitation packages are not provided. In SF 330, Section F, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C shall be so labeled. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CECT-NWK-M (Jaclyn Yocum) 647 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 5. QUESTIONS. Questions of a technical nature should be addressed to Jaclyn Yocum, Contracting Specialist via e-mail at Jaclyn.C.Yocum@usace.army.mil. Questions will NOT be accepted after August 4, 2017 at 4:00 pm Kansas City time. Questions may be submitted through PROJNET Bidder Inquiry at https://www.projnet.org - using key FM8PIK-IZ6QNP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-17-R-4008/listing.html)
- Place of Performance
- Address: USACE District - Kansas City, ATTN: CENWKCT, 700 Federal Building 601 East 12th Street, Kansas City, Missouri, 64106-2896, United States
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN04578093-W 20170715/170713235120-5568c76e957b2ce65b297ce253476274 (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 |