Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
SOLICITATION NOTICE

C -- AFCS FY 19 Design Revisions or the Kansas City District - Scope of work

Notice Date
7/13/2018
 
Notice Type
Presolicitation
 
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
W912DQ18R4021
 
Archive Date
8/28/2018
 
Point of Contact
Carol W. Hodges, Phone: 8163893732
 
E-Mail Address
carol.w.hodges@usace.army.mil
(carol.w.hodges@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix A Facility List Scope of work Synopsis Architect-Engineering (A-E) Services AFCS FY 19 Design Revisions 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. One firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Architect-Engineer (A-E) contract is required to support projects assigned to the Kansas City District, U.S. Army Corps of Engineers related to the Army Facilities Components System (AFCS). One firm-fixed-price contract will be negotiated and awarded. The contract is open to all businesses regardless of size. The estimated value of the contract is expected to be between $1,000,000.00 and $5,000,000.00. Award of this contracts is anticipated in September 2018. The North American Industrial Classification System (NAICS) codes for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000 in average annual receipts. If a large business is selected, it must comply with FAR 52.219-9 regarding the requirement for a small business subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District which will be considered in negotiation of this contract are: (1) at least 40% of a contractor's intended subcontract amount be placed with small businesses (SB) (which includes all categories of small businesses); (2) at least 3% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7% of a contractor's intended subcontract amount be placed with women owned small businesses (WOSB); (4) at least 1% of a contractor's intended subcontract amount be placed with HUBZone small businesses; (5) at least 2% of a contractor's intended subcontract amount be placed with Veteran Owned small businesses (VOSB); and (6) at least 3% of a contractor's intended subcontract amount be placed with Service Disabled Veteran Owned Small Businesses (SDVOSB). The plan is not required with this submittal, but will be required with the price proposal of the firm selected for negotiations. 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 this contract will be 365 days from date the contract is awarded. Firms must have a 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-1442 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 project services involve designing facilities for a contingency environment to initial and temporary doctrinal standards. Familiarity with the Army Facilities Components System (AFCS) and Joint Construction Management System (JCMS), and familiarity with the U.S. Army Engineer Research and Development Center (ERDC) Design Management System (DMS) is desired. Services will include, but are not limited to conducting facility review (vetting) sessions, conducting design charrettes, reviewing, revising and developing design documents, construction activities, work elements, bills of materials (BOM), provisioning of national stock numbers (NSN), preparing drawings and design analyses, data modeling and project coordination Requirements for review and re-design of facilities will include: detail reviews and coordination with the standard proponent to determine current requirements; review and correction of Life Safety Plans; updating facility design packages to current doctrinal standards and UFC 1-201-01; development or revision of architectural plans; design of structural systems (foundations, walls, roof framing); review and revision of mechanical systems (HVAC, plumbing) and electrical systems (lighting, power, panel boxes, alarms). Requirements for the preparation of design analysis will include: develop of narratives that describe each facility and intended use, documentation of design criteria, design assumptions, primary features by discipline, calculations and cut sheets. Requirements for data modeling will include: entering facility data into the ERDC Design Management System (DMS), verifying accuracy and completeness of designs, performing quantity takeoffs, performing quality control, conducting reviews with stakeholders, and incorporating changes as directed. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary and will be evaluated for all offerors. Criteria f, g and h are secondary and will only be used as tie-breakers among firms that are essentially technically equal. a. Specialized experience and technical competence in: 1) Experience in designing facilities for a contingency environment to "initial" and "temporary" standards IAW UFC 1-201-01 Non-Permanent DoD Facilities in Support of Military Operations. Familiarity with the Army Facilities Components System (AFCS) and Joint Construction Management System (JCMS), and familiarity with the U.S. Army Engineer Research and Development Center (ERDC) Design Management System (DMS) will be given greater consideration. Evaluation will be based on project descriptions in Section F of the SF 330. 2) Experience in leading design charrettes and conducting customer reviews. Evaluation will be based on project descriptions in Section F of the SF 330. 3) Quality management procedures. The basis of the evaluation will be the description of the firm's quality management procedures in Section H of the SF 330. A detailed quality control plan is not required with this submission but will be required subsequent to award of the contract. b. Professional Qualifications: Responding firms should demonstrate the professional qualifications in these key disciplines: (1) Project manager (2) Architect (3) Structural engineer (4) Mechanical engineer (5) Electrical engineer (6) Civil engineer Additional disciplines required as part of the contract that will not be evaluated include: Data modeler (i.e. data entry technician). The basis of evaluation will be information provided in section E of the SF 330. The SF 330 shall include a matrix in Section G showing experience of the proposed lead disciplines 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. Qualified professionals with active duty military experience in a contingency environment will be given greater consideration. All disciplines are equal in importance. 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. The lead personnel for each discipline should be clearly identified in section E. Only one resume (the lead for that discipline) will be evaluated for each discipline. 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. Knowledge of local conditions within the states of Kansas and Missouri. Not used. e. 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. 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. 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. f. Small Business Participation (not applicable to small businesses). 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. This criterion is not applicable to small businesses. g. Geographic Proximity. Responding firms should identify any offices operated in close proximity to the Kansas City District and the contribution these office(s) will make in support of the project. h. Volume of DoD AE 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 AE contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD AE 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 paper copy of the SF 330 and one electronic copy on CD in PDF format to the address listed below no later than 2:00 PM Kansas City time on August 13, 2018. Copies of the SF 330, Part II, for the prime firm and all consultants should be included in the SF 330. Only one SF 330 Part I for the team as a whole should be included. Include the firm's DUNS and CAGE CODE identification numbers in SF 330, Part I, Section B, Block 5. A maximum of ten (10) projects for the proposed team (including joint ventures and teaming partners) shall be shown in section F. If the offeror provides a specific task order as a project, it should provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as a project, it should provide the contract number for reference purposes. Project descriptions shall clearly state extent of work performed by the team, extent of design completed (for instance, preparation of design-build package; 100% design; etc.), and dates of completion for design and construction. Clearly cite whether the experience is that of the prime (or joint venture), consultant or an individual for each project in Section F. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C should be so labeled. Projects completed prior to 2012 will not be considered. Projects (or phases of projects) for which design 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 should have a total page limitation of 150 printed pages with Section H limited to twenty (20) pages. Each project in Section F should 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 a single page. Tabs do not count against the page count limit, but information contained on divider tabs will not be evaluated. For all SF 330 sections, use no smaller than 11 point font. Note: this is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CECT-NWK-CT-M/ Carol Hodges 647 Bolling Federal Building 601 E. 12th Street Kansas City, Missouri 64106-2896 5. QUESTIONS: Questions of a technical nature should be addressed to Eric Omundson at (816) 389-3356 and those of an administrative nature to Lacy Kay, Contracting Officer, at (816) 389-3509.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ18R4021/listing.html)
 
Place of Performance
Address: 601 E. 12th Street, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN04990636-W 20180715/180713230650-55ca0d95f66d11d0f34b17ba27aa98d5 (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.