Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2020 SAM #6772
SOLICITATION NOTICE

C -- Single Award Task Order Contract (SATOC) (IDC M-807) for General Architect Engineering Services and Sustainment, Renovation and Modernization (SRM) projects within Picatinny Arsenal, New Jersey.

Notice Date
6/12/2020 11:37:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS20AE0001
 
Response Due
7/13/2020 11:00:00 AM
 
Archive Date
07/28/2020
 
Point of Contact
Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
Nicholas.P.Emanuel@usace.army.mil
(Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This contract is being procured as a small business set-aside in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. The selection will be based on demonstrated competence and qualifications for the required work. The number one ranked firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the Indefinite Delivery Contract (IDC) is a maximum of 60 months and will not include optional time periods. The total capacity of the contract will not exceed $50,000,000.� Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this IDC contract.� The government guarantees a minimum seed task order with a minimum value of $4,000 for the basic contract.�� Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract and profit will be negotiated in each task order.� NAICS CODE is 541330 and 541310. This indefinite delivery contract will be negotiated that includes level of efforts, labor rates for each discipline and overhead rates for the contract period that includes design, cost estimating, environmental, survey� and geotechnical services.� Profit will be negotiated in each task order not in the basic contract. To be eligible for contract award, a firm must have a DUNS number from 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. The contract is anticipated to be awarded in September 2020. The wages and benefits� of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee�s office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Registered via the CCR Internet site at �http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer: Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The A-E firms selected for these contracts will be responsible to utilize the Army Contractor Manpower reporting (CMR) system and will be required to report certain information to the Army CMR system. For additional information see https://contractormanpower.army.pentagon.mil. 2.� PROJECT INFORMATION: A-E services may include but not be limited to the following: preparation of studies, concept and final designs leading to Sustainment, Renovation and Modernization (SRM) construction projects; planning charrettes; professional engineering services; pre-design site assessment; feasibility and concept studies; geotechnical investigation and reports; environmental investigations including permitting studies and reports; asbestos and lead sampling and abatement; site development; cost engineering using MII CACES; value engineering; life cycle costing; post-design shop drawing review; construction phase services; and construction administration. Additional services include but are not limited to: seismic design; topographic and boundaries surveys to include mapping and analysis (including data collection and verification); historical and cultural resources investigations; design review; seismic analysis; environmental analysis; site surveys and evaluation; remediation design; and Environmental Protection Agency (EPA) compliance for Hazardous materials such as petroleum products, asbestos, lead and radon. In Addition New Jersey Department of Environmental Protection (NJDEP), flood hazard analysis/permitting; parametric design; and wetlands remediation and mitigation. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, CADD/GIS, Building Information Modeling (BIM), Sustainable design, Leed Green Building, and preparation of Department Of Defense Explosive Safety Board Submissions, explosive safety design and development of explosive safety Arcs. Examples of potential work include design of New Buildings and Facilities, including but not limited to the following: Research and Development Facilities for advanced weapons systems (these facilities will require blast protection and explosive safety design); Laboratories, Ordinance Handling and Storage Facilities, Magazines and Ammunitions Storage, Vehicle Maintenance Facilities, Administrative Buildings, Industrial Facilities, Indoor and Outdoor Test Ranges, Infrastructure Systems and Laboratories. Design of repair and/or renovation projects to include the following: Whole Building Renovation, Research and Development Facilities for advance weapons systems ( these facilities will require blast protection and explosive safety design), Laboratories, Replacement of Architectural Elements, Building Seismic Upgrade; Force Protection Upgrades, Mechanical, Electrical, Fire Protection/Detection Systems, Asbestos and Lead Abatement Services or Demolition.� Preparation of environmental regulatory documents and permit applications.� Engineering inspections/assessments of existing and under construction vertical/horizontal structures. 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. 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 selection criteria. Criteria f and g are secondary selection criteria and will only be used as tiebreakers among�technically equal firms. Primary Selection criteria: ����� Specialized experience and technical competence: 1. Submit at least three (3) Example Projects in SF 330 Section F that demonstrates experience with the following: Design of new facilities. The AE shall demonstrate experience in planning, designing and preparing 100% construction bid documents. Projects may include the following project types (each Example Project shall represent a different project type): Administration Buildings; Research and Development Facilities for Advanced Weapons Systems (these facilities will require blast protection and explosive safety design); Maintenance Facilities; and Explosive Storage Facilities. Projects shall have a construction cost of at least $10M. The AE shall identify the month and year the 100% Final Design was completed. The AE shall identify the month and year the construction was completed. Construction of projects must 100% completed and turned over to the user to be considered. Projects completed before July 2015 will not be considered. 2. Submit at least three (3) Example Projects in SF 330 Section F that demonstrates experience with the following: Whole Building Renovation design that includes at least six (6) of the following design elements as a substantial part of the design (Exterior Envelope Renovation, Roof Replacement/Repair, Interior Space reconfiguration /renovation, Building Seismic Upgrade, Anti-Terrorism/Force Protection, Mechanical, HVAC, Electrical, Fire Protection/Detection Systems, Asbestos Abatement). The AE shall demonstrate experience in planning, designing and preparing 100% construction bid documents. Projects may include the following project types (each Example Project shall represent a different project type): Administration Buildings; Research and Development Facilities for Advanced Weapons Systems (these facilities will require blast protection and explosive safety design); Maintenance Facilities; and Explosive Storage Facilities. Projects shall have a construction cost of at least $10M. The AE shall identify the month and year the 100% Final Design was completed. The AE shall identify the month and year the construction was completed. Construction of projects must 100% completed and turned over to the user to be considered. Projects completed before July 2015 will not be considered. 3. Submit at least three (3) Example Projects in SF 330 Section F that demonstrates experience with the following: Partial Building Renovation design that includes at least four (4) of the following design elements as a substantial part of the design (Exterior Envelope Renovation, Roof Replacement/Repair, Interior Space reconfiguration /renovation, Building Seismic Upgrade, Anti-Terrorism/Force Protection, Mechanical, HVAC, Electrical, Fire Protection/Detection Systems, Asbestos Abatement). The AE shall demonstrate experience in planning, designing and preparing 100% construction bid documents. Projects may include the following project types (each Example Project shall represent a different project type): Administration Buildings; Research and Development Facilities for Advanced Weapons Systems (these facilities will require blast protection and explosive safety design); Maintenance Facilities; and Explosive Storage Facilities. Projects shall have a construction cost of at least $5M. The AE shall identify the month and year the 100% Final Design was completed. The AE shall identify the month and year the construction was completed. Construction of projects must 100% completed and turned over to the user to be considered. Projects completed before July 2015 will not be considered. 4. Submit at least one (1) Example Project in SF 330 Section F that demonstrates experience with the following: Design of Infrastructure projects. The AE shall demonstrate experience in planning, designing and preparing 100% construction bid documents. Projects may include the following project types (each Example Project shall represent a different project type): Road Replacement/Repairs, Parking Lot Replacement/Repairs, and Walkway Replacement/Repairs. Projects shall have a construction cost of at least $2M. The AE shall identify the month and year the 100% Final Design was completed. The AE shall identify the month and year the construction was completed. Construction of projects must 100% completed and turned over to the user to be considered. Projects completed before July 2015 will not be considered. On all ten (10) Example Projects, the government may consider the following strengths for evaluation purposes: Projects demonstrating experience working at Picatinny Arsenal. Projects demonstrating experience working in New Jersey. Projects demonstrating experience working with NJDEP and obtaining environmental permits. Projects demonstrating experience with Department Of Defense Explosive Safety Board Submissions. Projects demonstrating experience with Sustainable Design and achieving LEED Silver or better. Projects demonstrating experience working MCACES. Projects demonstrating experience with fast-tracked designs. Projects demonstrating experience utilizing a Design Quality Control Plan. b.�� Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or sub-contractors/consultants with a professional staff consisting of the following disciplines. NOTE:� Senior project personnel for each key discipline are required to be licensed/ registered.� Resumes must be provided for each discipline, except where noted below. ����������������������� Project Manager (P.E. or R.A. required) Quality Assurance Manager� (P.E. or R.A. required) Architecture (R.A. required) Structural Engineering (P.E. required) Civil Engineering (P.E. required) Mechanical Engineering (P.E. required) Electrical Engineering (P.E. required) Fire Protection Engineering� (P.E. required) Landscape Architect (RLA) Cost Engineering �(P.E. required) Geotechnical Engineering� (P.E. required) Certified Industrial Hygienist (CIH required) Licensed Interior Designer (NCID required) Land Surveyor (P.L.S. required) Anti-Terrorism/Force Protection Specialist (P.E. required) Blast/Explosives Safety Engineering (P.E. required) Environmental Engineering (P.E. required) Lead Commissioning Specialist (P.E and at least one of the following: 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); ASHRAE Commissioning Process Management Professional (CPMP)) Certified Value Specialist (CVS required) Telecommunications Engineering (RCCD required) Master Planner (P.E. or R.A. required) The evaluation will consider education, registration, and training and overall and relevant experienced using information from Section E of the SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. The evaluators will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. Accredited LEED specialists (can be covered by one of the disciplines listed above)��� Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01.� Use the latest publication of UFC 3-600-01 as of the posted date off this announcement. Licensed Interior designers are required to pass all 3 sections of the National Council for Interior Design Qualification (NCIDQ) Examination.� ����������� c. Past Performance on with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and CPARS. Letter of recommendation from customers addressing your firms cost control, quality or work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: In an effort to expedite the selection process the A-E�s are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key declines. 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 of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area of Picatinny Arsenal , NJ boundaries. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. Secondary Selection Criteria: f. �������� Geographic Proximity in relation to Picatinny Arsenal boundaries. ����������� g.�������� Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4.� SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must download their SF330 to https://safe.apps.mil/ and notify Stephen DiBari by email stephen.dibari@usace.army.mil.� Maximum File size to send is 8GB.� If overall SF330 is larger than 8GB, please break up the file into smaller files. AT THE TIME OF THIS NOTICE, DUE TO COVID-19 26 Federal Plaza is closed.� NO HARD COPIES OF SF-330�S WILL BE REQUIRED AT THIS TIME, but may be required to be submitted after 26 Federal re-opens. DO NOT MAIL SF-330�S (CD or Hard Copies) TO THE CONTRACT SPECIALIST AT 26 FEDERAL PLAZA. Doing so, will delay the AE Selection/award process.� The SF 330 can be found on the following GSAweb-site: http://www.gsa.gov/portal/forms/download/116486 The forms can be downloaded in a .pdf file type.� Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF330. Total submittal page limitation is 75 pages.� Section E is limited to 40 pages.� Section F is limited to 10 pages (1 page per project).� Each page shall be numbered. Section dividers don�t count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the NY District USACE website:� https://www.nan.usace.army.mil/Business-With-Us/Engineering-Division/ Submittals will not be accepted after 5:00 pm on the response date shown in the advertisement in the https://beta.sam.gov/.� �If the response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. For questions regarding this contract, contact stephen.dibari@usace.army.mil. If a Pre-Selection meeting is required, notifications will NOT be sent after approval of the pre-selection.� Notification of all firms will be made within ten (10) calendar days after selection approval.� In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS). Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person).� Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations.� All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. Firms must be registered in the following:�� https://www.sam.gov/portal/SAM/#1 NAICS Code is 541330
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7612c9f37de048cda87d98f9bf63a589/view)
 
Record
SN05688519-F 20200614/200612230148 (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.