Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR MILITARY SERVICES FOR THE KANSAS CITY DISTRICT

Notice Date
3/13/2020 11:17:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ20R4002
 
Response Due
3/27/2020 8:00:00 AM
 
Archive Date
04/11/2020
 
Point of Contact
Jaclyn C. Yocum, Contracting Specialist, Phone: 8163892266
 
E-Mail Address
jaclyn.c.yocum@usace.army.mil
(jaclyn.c.yocum@usace.army.mil)
 
Description
************* The original�Synopsis has been updated in its entirey to the following **************** 1.� CONTRACT INFORMATION:� These MATOC contracts are being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6.� Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.� The Architect-Engineer (A-E) contracts are required to support all Military projects assigned to Kansas City District (NWK) throughout the geographical boundaries of Northwestern Division (NWD) and other U.S. Army Corps of Engineers districts. Selection of IDC contracts will be based on planning and design criteria described below. Selection of task orders will be based on appropriate selection criteria consistent with the Brooks Act and FAR subpart 36.6. A target of five (5) indefinite delivery contracts (IDCs) will be negotiated and awarded for this Unrestricted MATOC; open to all businesses regardless of size. The total value of all task orders issued under this MATOC pool will not exceed $125M. If the Contracting Officer determines during the selection process that fewer or more contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. A Small Business Set-Aside MATOC, with a target of five (5) IDC�s, will be negotiated and awarded for $25M shared capacity at a later date.� SF330�s for the Unrestricted Capacity is only being requested at this time. There is a $50M limit on the value of individual task orders.� Work will be issued by negotiated firm-fixed-price task orders.� Firm (s) that are selected for negotiation of a contract may be required to submit additional information at a later time for use in the evaluation of qualification for specific Task Orders. The base ordering period for MATOC pool will not exceed five (5) years, with one option for an additional two (2) years.� The ordering period for the MATOC pool will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period, along with the additional two (2) years if the option is exercised.� The period of performance for task orders awarded under the pool will be determined based upon the work requirement and will be included in the task order solicitations and negotiated task order award documents.� Award of these contracts is anticipated in spring of 2020.� The North American Industrial Classification System (NAICS) codes for this procurement is 541330 (Engineering Services). If a large business is selected, it must comply with FAR 52.219-9 Small Business Subcontracting Plan regarding the requirement for a small business subcontracting plan on that part of the work it intends to subcontract.� 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. Firms must have a 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-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:� Projects will relate to new construction, repair or renovations, and master planning and will encompass all vertical structures and horizontal infrastructure. The required A-E services will relate to planning, preparation of special reports or studies, development of design criteria for design-build contracts, preparation of design analyses, drawings and specifications, cost estimating and commissioning. �Additionally, these contracts may include ancillary design work involving site investigation, UXO avoidance support for drill and survey crews, geotechnical reports, and topographic surveys.� Construction phase services related to shop drawing review, design during construction, site visits, etc., may be included as options on task orders.� CADD, Building Information Modeling (BIM) and GIS deliverables may be required with deliverables in Microstation� or AutoCAD� format. In addition to CADD, the use of the latest BIM may be required that is compliant with the latest version of the Industry Foundation Classes (IFC) as established by the International Alliance for Interoperability (IAI). � A-E tasks will require an understanding of sustainable design principles, including the GBCI LEED rating system and Guiding Principle Validation systems.� Sustainable design is an integrated design approach that emphasizes environmental stewardship, especially energy and water conservation and efficiency; 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; and development of healthy, safe and productive work environments.� �� Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work.� Security clearances are not required at the time of selection or award of a contract. Project-specific requirements will be described in each individual task order�s Statement of Work.� Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. 3.� SELECTION CRITERIA:� The selection criteria are listed below in descending order of importance.� 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: A.1� Design of new buildings and structures.� Examples of new buildings or structures may include vehicle maintenance facilities, administrative facilities, child development centers, medical facilities, hangers and related aircraft support systems, industrial facilities, ranges, training facilities, runways, pavements/hardstands, barracks, kitchen and food service, etc.� A.2� Design of repair and renovation projects.� Examples of potential repair or renovation projects may include whole building renovation, repair or replacement of architectural elements, building seismic upgrades; force protection upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems; asbestos and lead abatement services related to building renovation or demolition; renovation of historic structures, etc. A.3� Experience in development of design-build contracts.� Examples may include but are not limited to projects similar to new buildings and structures or repair and renovation projects.� � A.4� Quality management procedures.� Firms demonstrating a third-party certified (e.g. ISO 9001 or similar) quality management system will be given greater consideration.� A detailed quality control plan is not required with this submission but will be required subsequent to award of the contract. For factors A.1 through A.3, the basis of evaluation will be the project descriptions in Section F of the SF 330. Factors A.1 and A.2 are equal in importance. In descending order, factors A.3 and A.4 are less important than factor A.1 and A.2.� The evaluation will consider characteristics such as:� breadth, and complexity of experience and delivery methods; incorporation of innovative solutions; and use of modeling tools. For factor A.4, the basis of the evaluation will be the description of the firm�s quality management procedures in Section H of the SF 330. B.� Professional Qualifications:� Responding firms shall 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 7. Fire protection engineer 8. Interior design 9. Geotechnical engineer 10. Cost Engineer/estimator 11. Commissioning Authority Additional disciplines required as part of the contract that will not be evaluated include: community/urban planner, landscape architect, certified industrial hygienist, force protection specialist (physical security), force protection specialist (electronic security), aerial photography, archaeologist, historic architect, wildlife biologist, environmentalist, surveyor, geologist, GIS Specialist, Drill crew, Drilling/Boring testing, and economist. 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 qualifications (education, professional registration, certifications) and experience (overall and relevant experience, longevity with the firm) will be considered.� 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.� Submitted resumes are limited to 2 pages each per key 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. The board will consider relevant Past Performance. In addition to CPARS, the board may seek information on past performance from other sources. D.� Knowledge of local conditions: Knowledge of local conditions within Kansas and Missouri specifically regarding: (1) climatic conditions (key disciplines: architect, mechanical) (2) local construction methods, including geotechnical (key disciplines: civil, structural, geotechnical) (3) local construction climate/market impact on cost estimating (estimator)� One rating will be determined for each of the three conditions. Within each condition, appropriate experience must be shown in each discipline to be counted. The basis of the evaluation will be from the personal experience of the proposed personnel in the listed key disciplines located in Section E, and from the projects in Section F of the SF 330. 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 in the following key disciplines: architect; mechanical; electrical; civil; structural.� 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 Commitment Document. Extent of participation of small businesses (SB), will be measured as a percentage of the total anticipated contract effort. Include a breakdown of small business participation for small disadvantaged businesses (SDB), womenowned small businesses (WOSB), HUBZone small businesses, and Service Disabled Veteran Owned Small Businesses. The basis of the evaluation will be information submitted in Section H based on the proposed team in Section C of the SF 330. If a Small Business makes an offer they shall will be evaluated as part of this sub-factor in accordance with DFARS 215.304 (c)(i)(B). 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. The basis of the evaluation will be information submitted in Section H of the SF 330. 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 and three copies of the SF 330 and one electronic copy on CD in PDF format to the address listed below no later than 10:00 AM Central Standard Time on March 27, 2020.� 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 total of ten (10) projects for the proposed team (including joint ventures and teaming partners) shall be shown in section F. A �project� is defined as work performed at one site or a single installation.� An Indefinite Delivery Contract (IDC) will not be considered a �project� for the purposes of evaluation.� Individual Task Order contracts awarded from an IDC contract will only be considered as a single project, regardless of the number of facilities and/or the range of the scope of work (i.e. a single Task Order contract cannot be submitted as multiple projects for the submission requirements in this synopsis.)� 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.� 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.), dates of completion for design and construction, and project category type (new/renovation). 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 (or phases of projects) with design completed before February, 2014 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 ten (10) pages.� Each resume submitted as required under Section B are limited to 2 pages each per key discipline.� 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. Graphic sheets, like organization charts, 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 Thomas Byer � ����������� 647 Bolling Federal Building ����������� 601 E. 12th Street ����������� Kansas City, Missouri 64106-2896 5.� QUESTIONS: Technical inquiries and questions relating to this synopsis shall be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). To submit and review inquiry items, prospective offerors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective offeror who submits a comment /question will receive an acknowledgement of their comment/question via email. Another email to the same address will notify the prospective offeror once the reply is available for viewing. ***Please Note: Offerors shall only submit one question per inquiry. All inquiries containing multiple questions shall be rejected. Project Title: Large Military IDT�s The Bidder Inquiry Key is:����������� 7FM2F6-3G53VQ Instructions for first-time ProjNet Bid Inquiry Access: From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. Identify the Agency. Select agency USACE Enter the Bidder Inquiry Key listed above.� Enter the email address you would like to use for communication. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Instructions for future ProjNet Bidder Inquiry Access: For future access to ProjNet, you will not be provided any type of password. You will utilize your Secret Question and Secret Answer to log in. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. Identify the Agency.� Select agency USACE. Key. Enter the Bidder Inquiry Key listed above. Email. Enter the email address you used to register previously in ProjNet. Click Continue. A page will then open asking you to enter the answer to your Secret Question. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. The Bidder Inquiry System will be unavailable for new inquiries ten calendar days before SF 330�s due date in order to ensure adequate time is allotted to form an appropriate response to inquiries and amend the synopsis if necessary. Offerors are requested to review the synopsis in its entirety, and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The ProjNet call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago) or by appointment for OCONUS. The telephone number for the Call Center is 1-800-428-HELP. Email to staff@rcesupport.com.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3177487e48c84cfbbabc8ca2f4f57fb3/view)
 
Place of Performance
Address: Kansas City, MO 64131, USA
Zip Code: 64131
Country: USA
 
Record
SN05588332-F 20200315/200313230139 (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 |
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.