Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2020 SAM #6734
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Services Contract (Structural) Not-To-Exceed $9.9M for the Design of Miscellaneous Projects in the USACE, Honolulu District Area of Responsibility

Notice Date
5/5/2020 2:00:56 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858-5440 USA
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-20-R-0009
 
Response Due
5/16/2020 5:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Kent Tamai, Phone: 8088354377, Fax: 8088354396, Colin Waki, Phone: 8088354393, Fax: 8088354396
 
E-Mail Address
kent.a.tamai@usace.army.mil, colin.k.waki@usace.army.mil
(kent.a.tamai@usace.army.mil, colin.k.waki@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The following are the Government�s responses to Requests for Information: 1.� Are we required to submit an evaluation for each Section F project?� If not, what projects are we allowed to submit evaluations?� Government Response:� See amended Synopsis Paragraph 3(c)(2). 2.� Do projects that past performance information is submitted for need to adhere to the same requirements as item (a) Specialized Experience and Technical Qualifications (ie. completed designs within 6 years of solicitation closing date)? Government Response:� See amended Synopsis Paragraph 3(c)(2) 1.� CONTRACT INFORMATION:� Architect-Engineer (Structural) services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects within the U.S. Army Corps of Engineers, Pacific Ocean Honolulu (POH) Area of Responsibility (AOR).� The main focus of the work, is for the Honolulu District (POH) AOR to include but not limited to State of Hawaii, Territories of Guam, American Samoa, Commonwealth of Northern Mariana Islands (CNMI), as well as the Freely Associated States including the Republic of Palau, Federated States of Micronesia and the Republic of the Marshall Islands.� Indefinite delivery contracts will be negotiated and awarded with a base period of five (5) years. The total shared monetary capacity of the Indefinite Delivery Contracts will not exceed $9,900,000.00. The Government obligates itself to obtain no less than $2,500.00 in services.� The intent is to simultaneously award up to 3 contracts from this solicitation. �The contracts are anticipated to be awarded in February 2021. �Each A-E firm selected under this announcement will be required to update their SF330s annually in accordance with FAR 36.603(d).� North American Industry Classification System Code (NAICS) is 541330 � Engineering Services, which has a size standard of $15 million in average annual receipts.� This is a competitive procurement set aside for Small Businesses. 2.� PROJECT INFORMATION:� Work includes A-E services for the preparation of plans, specifications, design analysis, and cost estimates for repair, alteration, renovation, and/or new construction projects for installation support. �Work may also include charrettes, parametric designs, and facility condition studies. The firm must have primary capability in structural engineering to include structural design, including gravity and lateral analysis, bridge design, antiterrorism (AT) and progressive collapse design, SCIF buildings, forensic studies, and structural condition evaluations and studies. Potential structural engineering design projects include new facilities, renovations of existing facilities, piers, bridges, and hangars. Building Information Modeling (BIM) and Computer-Aided Design (CAD) format of CAD products in compliance with A/E/C standards will be required. Selected projects may require metric units. The primary firm must have capability in Structural Engineering.� Collectively as a team, the primary firm and/or its sub-consultants must have capability in the following disciplines: Electrical Engineering/Telecommunications Design Telecommunications Architecture Civil Engineering Mechanical Engineering Fire Protection/Life Safety Geotechnical Engineering Topographic Surveying Environmental Engineering Cost Estimating Specification Writing/Typist 3.� SELECTION CRITERIA:� The five (5) PRIMARY selection criteria are listed in descending order of importance (first by major criterion and then by each sub-criterion). (a)� Specialized Experience and Technical Qualifications (1)� The evaluation will consider the offeror�s specialized experience and technical qualifications in the timely performance of the prime firm and sub-consultants for engineering services described in paragraph 2, Project Information.� The Government will evaluate specialized experience and technical competence based on the information presented in the Architect-Engineer Qualifications - Standard Form 330 (SF330). �A maximum of five (5) example projects may be submitted for consideration under SF330, Part I, Section F. �Example projects should be completed designs within six (6) years of solicitation closing date.� Incomplete design projects (less than 100% ready-to-advertise) will not be evaluated. �For purposes of evaluating selection criteria, the term ""project"" means a single undertaking executed via a single-award contract or an individual A-E task order. �An Indefinite Delivery Contract (IDC) / Indefinite Delivery Indefinite Quantity (IDIQ) contract is not considered a project, rather a task order awarded under an IDC or IDIQ contract would be considered to be a single ""project"". Additional information demonstrating a firm's qualifications may be presented in other sections of the SF330 as appropriate. Demonstration of prior working relationships between the Prime and sub-consultants with direct involvement of the Prime firm on past projects will be evaluated more favorably.� The basis of evaluation will be the example project(s) presented in SF330, Part I, Section F and G, and additional information provided in Section H. (2)� Computer-Aided Design (CAD). Ability to prepare A/E/C CAD Standard compliant design drawings in 2D and 3D Building Information Modeling (BIM) with the latest versions of software from Bentley Microstation and Autodesk.� Example projects shall state if BIM was employed in the preparation of drawings. Firms shall narratively describe the firm's team: 1) implementation and compliance with A/E/C CAD Standards on previous projects; 2) adaptation and familiarity with BIM and when it began using BIM. The basis of evaluation will be the example project(s) presented in SF330, Part I, Section F and information provided in Section H. (3)� Quality Management.� Design quality control procedures will also be evaluated.� Firms will be evaluated on their approach to ensure technical quality and accuracy of work products. A firm's approach to resolve issues of quality will be analyzed to determine its ability to provide quality design products. Describe and define the processes of the firm's quality control plan and list, by name and position, all key personnel responsible for its execution. Quality control information shall also address safety measures particularly with respect to field work and site investigations. �Information describing Quality Management may be presented in SF330, Part I, Section H (Additional Information). (b)� Professional qualifications. The evaluation will consider the education, training, registration and overall relevant experience of the team�s key management and technical personnel.� Provide a maximum of two (2) Key Personnel for disciplines identified below with the exception of the Structural discipline, which a maximum of (4) individuals may be provided. Firms will not be evaluated more favorably for identifying additional Key Personnel beyond the maximums indicated above. �Identified key personnel will be more highly evaluated if the individual demonstrates longevity with the firm and participated in the Example projects submitted in SF 330 Section F. �Use a separate Section E for each individual. �Do not generalize professional registrations or certifications, rather provide specific details. �All architect/engineer disciplines must be registered in the appropriate professional field. �For purposes of this selection criteria, the term ""registered"" is defined as a Registered Architect or Professional Engineer registered to practice in the particular discipline in a State, the District of Columbia, or an outlying area of the United States.� The Government will evaluate, as appropriate, the registration, education, certifications, overall and relevant project experience, and longevity with the firm. �This criterion primarily focuses on the qualifications of the key personnel for the contract and not the quantity of personnel, which is addressed under the ""capacity to accomplish the work"" criterion. Provide key personnel resumes for the following disciplines: (1) PROJECT MANAGERS (U.S. Registered Architect or Engineer) (2) U.S. REGISTERED ARCHITECTS (3) U.S. REGISTERED STUCTURAL ENGINEERS (4) U.S. REGISTERED CIVIL ENGINEERS (5) U.S. REGISTERED MECHANICAL ENGINEERS (6) U.S. REGISTERED FIRE PROTECTION ENGINEERS (7) U.S. REGISTERED ELECTRICAL ENGINEERS (8) U.S. REGISTERED COMMUNICATION DISTRIBUTION DESIGNERS (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have current active RCCD registration. (9) U.S. REGISTERED GEOTECHNICAL ENGINEERS (10) U.S. REGISTERED ENVIRONMENTAL ENGINEERS (11) U.S. REGISTERED SURVEYORS.� Licensed Professional Land Surveyor (LPLS) (12) COST ENGINEER (At least ten (10) years cost estimating experience and be a Certified Cost Consultant (CCC) or Certified Cost Professional (CCP) as certified by the AACE. Demonstrate experience in use of MII software) (13) CAD OPERATORS/TECHNICIANS with experience in CAD and 3D Building Information Modeling (BIM) (14) COMMISSIONING AUTHORITY (CxA) (CxA certification from either AABC, AEE, BCxA, NEBB, TABB, ASHRAE, or University of Wisconsin-Madison. �Minimum 5 years CxA experience. (15) CERTIFIED VALUE SPECIALIST (CVS certified) (c)� Past Performance (1)� The evaluation will consider all past performance of the prime A-E contractor as documented in the Government's Past Performance Information Retrieval System (PPIRS) managed through the Contractor Performance Assessment Reporting System (CPARS).� Firms will be evaluated on past performance for quality of work products, compliance to project schedules, and effectiveness of management.� Performance evaluations for any significant subconsultants may also be considered. (2)� Any credible documented information on past performance may be considered, but the Government is not required to seek other information on past performance if none is available through PPIRS (Paragraph 3(c)(1) above).� An Offeror may use Past Performance Questionnaires (PPQ) to provide or supplement a firm's past performance for the example project(s) presented in SF330, Part I, Section F. �Firms choosing to use the PPQ may obtain a PPQ �standard form by submitting a request to POCs indicated in this solicitation. NOTE: if no relevant past performance information is available or the record is so sparse that no meaningful rating can be reasonably assigned, then the Offeror will be given a rating of Neutral and shall not be evaluated favorably or unfavorably. (d)� Capacity to accomplish the work.�� Demonstrate the firm's experience in completing projects indicated in this solicitation and capacity to perform at two (2) simultaneous task orders (primarily in the POH AOR) and accomplished within the Government's required schedule. Demonstrate ability and available capacity to take on unanticipated additional work. �Firms will be evaluated on their capability to perform work based on the information provided in SF330, Part I, Section H (Additional Information) narrative addressing above requirements, and the number of employees listed in Part II General Qualifications.� (e)� Knowledge of Locality. Firms shall demonstrate knowledge of localities per example projects. �Knowledge of USACE Pacific Ocean Honolulu (POH) Area of Responsibility (AOR) will hold higher weight and evaluated more favorably than other Pacific Ocean Division (POD) AOR. �General understanding of the local conditions, including physical environment, local engineering criteria, and construction methods will be evaluated. �The following key personnel resumes shall also be evaluated for knowledge of localities: Project Manager, Electrical, Architectural, Civil, Structural, and Mechanical. �The basis of evaluation for this criterion will focus on the information provided in SF330, Part I, Section E (Resume of Key Personnel), Section F (Example Projects), and Section H (Additional Information) that provides additional information describing same/similar qualifications as deemed necessary for performance under the IDC. SECONDARY selection criteria, to be used as quote mark tie-breakers quote mark among technically equal firms, are listed in descending order of importance as follows: (a)� Geographic proximity in relation to the location of the work.� Firms will be evaluated based on their main office's physical proximity to Hawaii. (b)� Volume of recent DoD contract awards.� Specify the total volume of work awarded to the Offeror within the previous twelve (12) months of this solicitation�s closing date. �When identifying the total volume of work, include all stand-alone or indefinite delivery contract (IDC) task orders, including modifications, issued by DoD agencies.� DO NOT include the potential value of an IDC, nor options which have not been exercised. �Present information for this criterion in SF330, Part I, Section H (Additional Information). Extent of participation of small business (SB), small disadvantaged business (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. 4.� SUBMISSION REQUIREMENTS:� Firms desiring consideration must submit a Standard Form 330 electronically (see instructions attached to this announcement), no later than May 15, 2020, 2:00PM Hawaii Standard Time or within thirty (30) calendar days from date of this announcement, whichever is later. It is in the Offerors best interest to follow up by emailing the Government POCs on this solicitation to ensure receipt of submissions. Any questions, requests for explanation, or interpretation of this solicitation, must be submitted to the Government Point of Contacts by Close of Business 7 calendar days prior to the closing date. SF330 submissions shall not exceed one hundred twenty (120) standard 8.5 x 11 pages for Part I. �Only numbered pages will be recognized and evaluated.� For submissions exceeding one hundred twenty (120) pages, only the first one hundred twenty (120) pages may be considered for evaluation.� SF330 Part II (General Qualifications), CPARS performance evaluations, and PPQs are NOT counted toward the page limit. Use Calibri eleven (11)-point font or larger.� Do not repeat information from Sections A-G of the SF330 in Section H. Submittals shall be sent to the Government Point of Contacts listed below (see instructions attached to this announcement). Firms are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract.� Failure to be registered in the SAM database prior to award may render your firm ineligible for award.� Information on System for Award Management can be found at https://www.sam.gov/. �Request for Proposal No. W9128A-20-R-0009 shall be utilized to solicit a proposal from the firm selected.� This is not a request for a proposal. Primary Point of Contact: Kent A. Tamai Contracting Officer Kent.A.Tamai@usace.army.mil Phone: (808) 835-4377 Secondary Point of Contact: Colin K. Waki Contract Specialist Colin.K.Waki@usace.army.mil Phone: (808) 835-4393
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8efe3a0b5fb6427783d9881697a352d7/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN05645678-F 20200507/200505230159 (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.