Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2020 SAM #6692
SOLICITATION NOTICE

C -- New Indefinite Delivery / Indefinite Quantity Contract (s) for Architect/Engineering Services for Quality Assurance/Peer Reviews

Notice Date
3/24/2020 7:54:18 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20R0042
 
Response Due
4/13/2020 10:00:00 AM
 
Archive Date
04/28/2020
 
Point of Contact
Joshua Westgate, Phone: 5023156207
 
E-Mail Address
joshua.k.westgate@usace.army.mil
(joshua.k.westgate@usace.army.mil)
 
Description
SYNOPSIS: This announcement is open to all businesses regardless of size. The NAICS code for this procurement is 541330. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect-Engineer services primarily to perform independent quality assurance reviews of designs prepared by other Architect-Engineer firms for compliance to DoD and other Federal design law, policy and guidance. Projects outside the primary mission area and for other missions may be added at the Government's discretion upon agreement of the A-E firm. Awards will be made as Firm-Fixed Price Task Orders during the period of performance. The total shared contract capacity for this contract is valued at $15,000,000 over a five year period. This is a five year contract, with no option years. The expected construction cost of projects designed as a part of this contract is between approximately $3,000,000 and $500,000,000. There is no limit on the value of individual task orders.� Work will be issued by negotiated firm-fixed-price task orders. The period of performance for task orders issued under these contracts may extend beyond the five year ordering period. Three (3) to five (5) firms will be selected to be a part of a multiple award task order contract with the shared capacity mentioned above. Once selected, the following factors will be used in deciding which selected firm will be utilized for task orders: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Knowledge of the locality of the project; (6) Other appropriate evaluation criteria specific to the task order requirement. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated start date is July 2020. As a contract specifically procured by the Louisville District, the selected firms and relevant sub-consultants will be required to attend an annual two-day partnering workshop in Louisville, KY for the life of the contract. This workshop will require the attendance of representatives from the selected firms to define the Government's expectations, create a positive working atmosphere, encourage open communication, and to identify common goals. Cost for these sessions will be borne by the selected firms. In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services. � 2.) PROJECT INFORMATION:� a. The selected offerors will be solely responsible for the quality and completeness of reviews required by each individual task order on the contract.� Projects may consist of reviews of planning, design, and related products for military and other customers of USACE Louisville District.� Project task orders under this contract may include review of facility designs for new construction, partial renovation, or full renovation of some or all of the following types of building structures: Army Reserve training centers (which include administration, education, assembly, storage, special training, and other support spaces); vehicle maintenance shops (which include work bays, administration, special training, storage, and support spaces); stand-alone buildings (which include administration facilities, unheated storage, and direct support/general support warehouses); research laboratories; intelligence production complexes; command and control facilities; airfields; airfield operations facilities; training ranges; other facilities unique to military installations; clinics and medical facilities for the military and Department of Veterans Affairs; and other federal facilities. � b. A/E services may consist of the following activities: QA review, peer review or forensic review of construction solicitations for design-bid-build (complete design) projects and design-build RFPs (request for proposal); concept level designs and engineering feasibility studies; military master planning; site investigation/assessment of existing conditions; value engineering services; engineering services during construction (shop drawing review, site inspection, etc.); design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; LEED Certification, sustainable design; construction cost estimates and schedules; technical studies/analysis in support of design for new construction and renovation; comprehensive planning that is related to future construction requirements on military installations; coordination and attainment of local, state and federal permits; support and coordination in the development of utility agreements; and utility investigations � c. Additional A/E support services may include: review of geotechnical studies; interior design services; environmental compliance; National Environmental Policy Act documentation; controlled waste and flammable storage design; and asbestos, lead and PCB surveys and/or abatement.� Other A/E services beyond traditional design may include: site selection; American Land Title Association surveys; deed and title services; DD form 1391 development; facility assessments; updating the Army Reserve Design Criteria; and development of standard designs and value engineering workshops. � d. Project-specific requirements will be described in each individual task order�s Statement of Work.� 3.) SELECTION CRITERIA: Selection criteria in descending order of importance are listed below. Paragraph 3(a) through Paragraph 3(d) are primary, and Paragraph 3(e) is secondary. a. Professional Qualifications: The government�s evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm. Only SF330 Section E and Section F will be used to evaluate the offerors� professional qualifications. � The government will also consider prior teaming experience between multiple designers included in Section E working on the same project in their proposed role and included in SF330 Section G. b. Specialized Experience and Technical Competence: The government�s evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F that demonstrate the Specialized Experience and Technical Competencies below. The government�s evaluation will also consider how the these same Specialized Experience and Technical Competencies are demonstrated in the individual team members� resumes in the SF330 Section E, for the individuals as indicated below in parentheses. � Design of military construction projects per Unified Facilities Criteria (UFC), the Unified Facilities Guide Specifications (UFGS), and other applicable Military and Federal design and construction criteria (All individuals included in in Section E) � Use and understanding of Design/Build project design methodology per Engineering Reregulation ER-1180-1-9 and the Louisville District Design Guide, to include the Army Reserve Design Process and Submittal Requirements (Review Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use and understanding of USACE Life-safety Review procedures per the Louisville District Design Guide, to include the Fire Protection/Life Safety/Accessibility Code Review Checklist (Review Project Manager, Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use and understanding of UFC 1-200-02 and sustainable design (Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Use and understanding of UFC 3-410-01 and HVAC design for military construction projects (Architecture, Mechanical, Electrical and Fire Protection) Use and understanding of UFC 3-600-01 and fire protection design for military construction projects (Architecture, Mechanical, Electrical and Fire Protection) Use and understanding of UFC 4-010-01 and design of anti-terrorism and force protection measures (Architecture, Mechanical, Electrical, Structural, Interior and Civil) Use and understanding of UFC 4-171-05 and design of Army Reserve Facilities (Architecture, Mechanical, Electrical, Structural, Interior and Civil) Use and understanding of Intelligence Community Directive (ICD) Number 705 and design of secure areas/facilities areas (Architecture, Mechanical, Electrical and RCDD) Use and understanding of the Louisville District Design Guide, to include the Army Reserve Design Process and Submittal Requirements (Architecture, Mechanical, Electrical, Structural, Interior and Civil) Use of SpecsIntact (Architecture, Mechanical, Electrical, Structural, Interior Design and Civil) Experience with CyberSecurity and Risk Management Framework (RMF) Process (RCDD, Electrical) Forensic testing and analysis for mold and mold mitigation (Environmental) Forensic inspection and analysis of design and construction deficiencies identified during construction (All Disciplines) Use and understanding of Prevention through Design (PtD) per the National Institute for Occupational Safety and Health (NIOSH). The DQMP included in Section H will also be considered when evaluating Specialized Experience and Technical Competency of the offeror. c. Capacity: The government�s evaluation of the offeror�s capacity narrative and associated tables, figures, etc. included in SF330 Section H will consider the offeror�s ability to complete the work in the required time, with the understanding that this contract may require multiple design teams to work multiple task orders at various locations simultaneously.��� � d. Past Performance: The government�s evaluation of past performance will consider (1) the performance evaluations provided in Section H for the projects in Section F and (2) any performance evaluations in ACASS/CPARS for the DUNS numbers of any firms or offices listed in the SF330 or for any of the projects included in Section F. Performance evaluations completed by the Contracting Officer�s Representative (COR) or equivalent role on the contract are preferred. While all performance evaluations may be considered, those for projects listed in Section F and projects with similar scopes of work will receive the most consideration when evaluating past performance. e. Small Business Participation: The government�s evaluation of the offeror�s Small Business Participation plan will consider level of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members. 4.) SUBMISSION REQUIREMENTS: Offerors must submit one (1) electronic copy of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8� �inches by 11 inches). The SF330 will be no longer than 100 pages in length (excluding the SF330, Part IIs). Resumes in Section E can be no more than 2 pages in length, and individual projects in Section F can be no more than 2 pages in length. Section H shall be 20 pages or less in length and may only include information specifically required by this presolicitation to be in Section H. All government evaluation of proposals associated with the selection criteria in Paragraph 3(a) and 3(b) will be performed using Section E, Section F, Section G, and Section H as indicated in Paragraph 3. Any additional information included in the proposal not specifically required may not be evaluated or considered. Each printed side of a page will count as one page. Dividers, bindings and cover sheets do not count against the total page count of the response to the RFP Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Instructions for Electronic Submission: ALL SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE.� No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army�s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil).� The DOD SAFE Application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for SAFE. Authentication is handled via email. Anyone has access to DOD SAFE, and the application is available for use by anyone. The SAFE �Getting Started Guide� has information on how to utilize the system (https://safe.apps.mil/about.php).� Instructions for uploading are as follows: 1. Send an email to the Contracting Officer and Contract Specialist to receive the link to drop off your proposal. This will need to be completed three (3) business days prior to proposal due date. � Josh Westgate, Contract Specialist at Joshua.K.Westgate@usace.army.mil Bjorn Hale, Contracting Officer at Bjorn.T.Hale@usace.army.mil ��� � 2. You will receive an email with the link to submit your drop-off. The link will be provided no later than two (2) business days prior to the proposal due date. � 3. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W912QR20R0042-FIRMNAME. � 4. Click Upload button to send documents. � 5. Guest users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required). File Size Limitations: Offerors are advised to follow the DOD SAFE instructions for uploading files. DOD SAFE supports delivery up to 8GB.� If needed, Offerors are advised to break the files down into smaller sections in order to upload it to the system.� In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below. � File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention: W912QR20R0042-FIRMNAME-SF330 � Each file name shall begin with the solicitation number followed by the firm�s name and a brief file description. Please see examples above. � File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 10 or larger. Pages shall be letter sized (larger page sizes (such as 11x17 fold-outs, etc.) will be counted as two pages unless otherwise stated. Proposals shall be in a narrative format, organized and titled so that each section of the proposal follows the order and format of the factors.� Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented.� Information pertaining to more than one evaluation factor should be repeated in the each section for each factor. � Upload Completion & Deadline: Interested parties shall submit responses no later than the date specified on the solicitation document.� The time & date of proposal receipt will be the upload completion / delivery time & date recorded within DOD SAFE site.� Do not assume that electronic submission will occur instantaneously.� Large files (e.g. 10MB or more) will take some time to upload.� Offerors should time their upload effort with prudence by not waiting until the last few minutes�this will allow for unexpected delays in the transmittal process.� Offerors are encouraged to keep a copy of the upload confirmation for their record.� Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208. � Electronic Files: Files shall be in their native format (i.e. doc, xls, ppt, etc.), or if in pdf format, shall be in searchable text.� Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulas should be unlocked).� � Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision �FAR 52.215-1, Instructions to Offerors � Competitive Acquisition (Jan 2017),� subparagraph (e).� The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations. Additional instructions and clarifications for SF330: SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. Offerors may submit a folded 11�x 17� organizational chart as part of their submission. This will be considered only one page of their submission. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be �dual-hatted.�� Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 thru 20.� Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have design or review experience on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below as a registered professional.� Proposals that strongly demonstrate, in lieu of just listing, the specialized experience and technical competence included in Paragraph 3(b) will be evaluated more favorably. Review Project Manager Registered Architect or Professional Engineer, 5 Years Indicate years of experience leading multidisciplinary teams (Architect, Civil/Site, Mechanical, Electrical, Plumbing, Structural) in vertical construction projects Architect Design Reviewer, Registered Architect, 15 Years Architect Design Reviewer, Registered Architect, 5 Years Civil Engineer Design Reviewer, Registered Professional Engineer, 15 Years Civil Engineer Design Reviewer, Registered Professional Engineer, 5 Years Structural Engineer Design Reviewer, Registered Professional Engineer, 15 Years Structural Engineer Design Reviewer, Registered Professional Engineer, 5 Years Mechanical Engineer Design Reviewer, Registered Professional Engineer, 15 Years Mechanical Engineer Design Reviewer, Registered Professional Engineer, 5 Years Electrical Engineer Design Reviewer, Registered Professional Engineer, 15 Years Electrical Engineer Design Reviewer, Registered Professional Engineer, 5 Years Geotechnical Engineer Design Reviewer, Registered Professional Engineer, 15 Years Geotechnical Engineer Design Reviewer, Registered Professional Engineer, 5 Years Interior Design Reviewer, registered interior designer, 10 years Environmental Engineer Design Reviewer, No certification required, 10 years Additional consideration will be given for experience related to analysis of mold surveys and mold mitigations plan. Communication Distribution Design Reviewer, RCDD, 10 years Landscape Architecture Design Reviewer, Registered Landscape Architect, 10 years Fire Protection Design Reviewer, Registered Fire Protection Engineer, 15 years Fire Protection Design Reviewer, Registered Fire Protection Engineer, 5 years Commissioning Reviewer, 10 years a NEBB qualified Systems Commissioning Administrator (SCA);� ACG Certified Commissioning Authority (CxA); ICB/TABB Certified Commissioning Supervisor; BCA Certified Commissioning Professional (CCP); AEE Certified Building Commissioning Professional (CBCP); University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP) SF330 Section F: Projects included in SF330 Section F will be considered more relevant if construction is substantially complete, and projects that achieved substantial completion more recently will be considered more relevant.� Substantially complete is defined as a construction project when the project and/or facility can be used for its intended purpose. Of the up to ten projects included in SF330 Section F, a minimum two of the projects must be design/build request for proposal preparation by the offeror and minimum of two must be fully designed by the offeror. Base MATOC or IDIQ contract awards may not be used as projects, only individual task orders that resulted in actual design effort from these base MATOC and IDIQ contracts may be used. For all projects included in Section F, the offeror must indicate what percentage by dollar value of the overall work was self-performed by the team being submitted as a part of this SF330. This percentage shall only include the work that was performed by individuals who were employed by the firms listed in this SF330, even if the work was performed as a part of a joint-venture or a team of A-E contractors. SF330 Section H: In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F.� Performance evaluations will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330. In SF330 Section H, each offeror shall produce a detailed Design Quality Management Plan including the following items: An explanation of the firm's management approach Management of sub-consultants (if applicable) Procedures for reviewing design features unique to localities nation-wide (e.g., soil conditions, seismic requirements, climate factors, etc.) Risk management and mitigation processes as well as procedures to ensure that internal resources are not over committed A narrative explaining of the chain of command to include individuals that will serve as the single point of contact for the contract and other senior leaders which are responsible to ensure successful execution of task orders An organizational chart showing the inter-relationship of management and various team components (including sub-consultants). Section H shall also include a Capacity Narrative and associated tables, figures, etc. showing the offeror�s ability to complete the work with available resources and available ramp-up capacity with numerous high-quality design teams. In SF330 Section H, the offerors may receive additional consideration for the successful execution of IDIQ contracts.� For each IDIQ included, the offeror shall provide the contract and task order number (if applicable), the total contract capacity and capacity used, number of task orders, performance evaluation ratings for task orders (ratings only, not entire evaluation), team members noted in Section E that were legal designers of record or checkers for task orders, and team members that were responsible for the overall management of the IDIQ. In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. The number of pages of the Small Business Small Disadvantaged Business Plan do not count against the total page count for the response to the RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e., a chart with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% Participation'). Release of firm status will occur within 10 days after approval of any selection. �All responses on SF330 to this announcement must be received no later than 1:00 p.m. local time on 13 April 2020. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Contracting Office Address: USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202 Place of Performance: USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202 Point of Contact(s): Josh Westgate 502-315-6207; Joshua.K.Westgate@usace.army.mil USACE District, Louisville
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/34ad8d2236074a999f50a124903578d6/view)
 
Record
SN05598416-F 20200326/200324230141 (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.