SOLICITATION NOTICE
C -- Indefinite Delivery Value Engineering & Charrette Facilitation Architect-Engineer Contract
- Notice Date
- 3/12/2020 10:52:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
- ZIP Code
- 99506-0898
- Solicitation Number
- W911KB20R0016
- Response Due
- 4/13/2020 3:00:00 PM
- Archive Date
- 09/14/2020
- Point of Contact
- Angela S. Padua, Phone: 9077535714, Fax: 9077532544, Michelle Mandel, Phone: 9077532502, Fax: 9077532544
- E-Mail Address
-
angela.padua@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(angela.padua@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Contracting Office Address US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, JBER, AK 99506-0898 Description 1.� CONTRACT INFORMATION: Indefinite Delivery contract(s) for Value Engineering Service is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System code is 541330, which has a size standard of $16,500,000 in average annual receipts.� This announcement is open to all small businesses. The government intends to award up to two (2) contracts, but the government reserves the right to award more contracts, or less, if it is deemed to be in the best interests of the government. The contract(s) shall be indefinite delivery firm-fixed price with a total capacity totaling $2,000,000.00 with a base term of five years with a minimum guarantee of $5,000 with no option years. Work will be issued by negotiated firm-fixed price task orders. �Contract award is anticipated in FY20. If more than one contract is awarded, the allocation of requirements between new contract(s) will be based on the assessment of best value for the Government, and may include a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities; c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance; e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders; h. Understanding of local factors and geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Ease of negotiation completion; and n. Available personnel. All responders are advised that this contract may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized and no funds are presently available. This solicitation does not guarantee work to selected firms. All contractors are advised that they must be registered in the System of Award Management (SAM) http://www.sam.gov. Joint ventures must also be registered in SAM as a joint venture. We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for award. Lack of registration in the SAM database will make an offeror ineligible for award. 2.� PROJECT INFORMATION: �No specific projects are identified at this time for Value Engineering and Charrette Facilitation Services. The A-E shall have extensive knowledge and experience in value engineering, studies of project features and design systems, leading/facilitating charrettes, and facilitation services. The facilitation services may also include facilitation and value specialist support for conducting early conceptual programming, parametric design/estimating, and functional analysis workshops (approximately 0% to 20% design). 3. LOCATION: Primary Various Locations, Alaska, but may be utilized outside Alaska on an exception basis. Facilities will generally be located in arctic or subarctic environments. 4. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Firms must explicitly describe how each of the selection criteria is to be met within their response to this synopsis.�� Items (a)-(e) are primary criteria and items (f)-(h) are secondary and are used as tie-breakers among technically equal firms. �(a) Professional Staff: The selected firms must provide SAVE International Certified Value Specialists and administrative team members:� ����������� (i) Value Specialists: �Firms shall provide at least two (2) SAVE International Certified Value Specialists (CVSs).� ����������� (ii) Administrative Staff: �Firms shall provide at least two (2) technical recorders. �(b) Specialized Experience and Technical Competence: Firms must demonstrate recent ��� (within the past 5 years) significant experience and technical competence on Department ������ of Defense (DOD), Federal, and other projects:� ����������� (i) Previous Project Experience: It is suggested that Section F of part 1 be modified to include only one relevant project per page in order to clearly describe the scope of the project and demonstrate that the proposed team has previously worked together successfully, etc. Do not exceed ten pages for Section F of part 1.� ����������� (ii) Certified Value Specialists: Firms shall provide resumes in the SF 330 for two (2) Certified Value Specialists. Resumes must be limited to include only relevant professional and specialized experience in value management, charrette, and project team meeting facilitation.� At least one (1) Certified Value Specialist must be skilled in leading LEED reviews and the remaining Certified Value Specialist must demonstrate experience and familiarity with LEED process. (iii) Technical recorder team members must have a minimum of three years of experience with demonstrable experience in report generation and note taking for value engineering studies, charrettes, project workshops, and technical projects including the electronic distribution of documents. (c) Demonstrate past performance in preparing value engineering studies or charrettes on DOD, Alaskan, and other contracts. (d) Ability to Conduct Multiple Workshops Concurrently: Firms must have the ability to accomplish two (2) workshops at various locations concurrently during one week and the ability to maintain schedules and accomplish required work on four simultaneous task orders. All Certified Value Specialists must be able to certify each completed VE Study. (e) Ability to Perform Work within USACE Schedules:� Typical timeframe for VE actions are the completion of all planning, coordinating, and staffing workshop activities within three weeks from the date of award.� Contractors must be capable of completing the draft report within one week of completion of the workshop or charrette. Contractors must be capable of providing a final report within one week of receipt of comments on the draft report.� CRITERIA F-H ARE SECONDARY AND WILL ONLY BE USED AS 'TIE-BREAKERS' AMONG TECHNICALLY EQUAL FIRMS: (f) �The extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total anticipated contract effort, regardless of whether the SB,SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner: the greater the participation, the greater the consideration. (g)� Geographical Proximity:� location of the firm in general geographical area of projects. (h)� Volume of DOD contract award in the last 12 months. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide TWO (2) copies of the SF 330 as well as a CD copy, and must include the following additional information as indicated:� a) Part I, block C (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (30): address how your team meets each selection criterion.� Include an organization chart of the key personnel to be assigned to the project.� The 8/16 edition of the SF 330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/portal/forms/download/116486.� Part I, block H (30) of the SF 330, describe the firm�s overall Design Quality Management Plan.� A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission.� Part I of the SF 330 must be submitted. It is preferred that Part II of the SF330 be submitted with Part I however, the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the SAM website.�� This synopsis is for Total Small Business Set-Aside.� As a result, in accordance with FAR 19.5, each prime firm must certify itself as a small business on the SF 330 Part II.�� The firm must also be aware that there is a limitation on subcontracting whereby ""at least 50% of the cost of contract performance incurred for personnel"" must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14.� Offerors must mail or deliver SF330 packages to be received no later than the date and time stated on the Synopsis Notice. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal. Questions can be directed to the Contract Specialist/Contracting Officer listed below.� No arrangements will be made by the Government to assist in SF330 package delivery. Offerors are advised to plan accordingly. Day-pass procedures will not be used for delivery purposes nor are there pick-up services. No escort services will be provided. It is incumbent on the offeror to plan for unanticipated delays in delivery of SF330 package proposals.� All vehicle occupants are required to wear seatbelts and hand-held cell phone usage by vehicle operators while driving on base/post is prohibited. Violators will lose their Base/Post driving privileges for these offenses.� For offerors who will have their SF 330 package hand-delivered, or use personal delivery services such as DHL, UPS or FedEx, the delivery must be by person, courier or personal delivery service with active base access. ��SF 330 packages will be received no later than the date and time stated on the Synopsis Notice or subsequent solicitation amendment at: Mailing Address: U.S. Army Corps of Engineers, Alaska District ATTN:� CEPOA-CT (Angela Padua, RM 30) PO Box 6898 JBER, Alaska 99506-0898 Physical Address: U.S. Army Corps of Engineers, Alaska District ATTN:� CEPOA-CT (Michelle Mandel, RM 30) 2204 3rd Street, Room 30 JBER, Alaska 99506 SF330 packages will be accepted in Room 30 during Alaska District Corps of Engineer business hours (7:30 AM to 4:30PM) Monday through Friday excluding holidays but not later than the date and time stated in this synopsis or subsequent solicitation amendment. Submitters are advised that the Alaska District Corps of Engineers building has limited access. Only the main door (in front under the Corps of Engineers red flag facing Second Street/Bluff Road) and the atrium doors (the tan addition to the main building located on Third Street/Fairchild Avenue) are open to individuals without a building pass. Room 30 is located in the basement (turn right if using the main stairs or elevator). The Packaging that contains the SF330 package shall be marked: ""Response to Solicitation Number: W911KB20R0016, DO NOT OPEN"" Contracting Division Primary/Alternate Point of Contact: Angela Padua, 907-753-5714/ Angela.Padua@usace.army.mil Email your questions to US Army Corp of Engineers, Alaska at: Primary Point of Contact:� Angela Padua, Contract Specialist Angela.Padua@usace.army.mil Secondary Point of Contact: Michelle Mandel, Contacting Officer Michelle.r.mandel@usace.army.mil Contracting Office Address: ATTN: CEPOA-CT, P. 0. Box 6898 JBER, Alaska 99506-6898, United States
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d699b031bc6947069b597181468674c2/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN05586767-F 20200314/200312230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |