SOLICITATION NOTICE
C -- Architecture and Engineering Services(A&E) - Multiple Award Task Order Contract (MATOC
- Notice Date
- 5/19/2021 12:03:35 AM
- Notice Type
- Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 0414 AQ HQ CONTRACT AUG APO AE 09630 USA
- ZIP Code
- 09630
- Solicitation Number
- W912PF21R0001
- Response Due
- 7/9/2021 8:00:00 AM
- Archive Date
- 09/30/2021
- Point of Contact
- Jeffrey S. Morris
- E-Mail Address
-
Jeffrey.S.Morris16.civ@mail.mil
(Jeffrey.S.Morris16.civ@mail.mil)
- Description
- ARCHITECT-ENGINEER SERVICES ANNOUNCEMENT W912PF-21-R-0001 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER (AE) SERVICES for preparation of design and engineering requirements at various locations in Italy, primarily in the US Army Garrison (USAG) Italy area of operations. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). �INTERESTED FIRMS ARE REQUIRED TO USE THE SF-330 ATTACHED TO THIS ANNOUNCEMENT AND RELATED DOCUMENTS. � AVAILABILITY OF FUNDS Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. GEOGRAPHIC AREA The geographic area covered by this contract encompasses locations in USAG-Italy area of responsibility to include Vicenza Military Community (VMC: Caserma Ederle, Del Din, Villaggio della Pace, Longare, ASP #7 located near Arcugnano, Lerino, Torri Q.lo), Poggio Renatico, Darby Military Community (DMC: Camp Darby, Supply and Maintenance Area � Darby, DEPOT, ASA & LTA). MULTIPLE AWARDS: This solicitation will be procured in accordance with the Selection of Architects and Engineers Statute (formerly known as the Brooks Act), 40 USC Section 1101 et seq., as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. The Government anticipates awarding multiple contracts from this solicitation. The Indefinite Delivery/Indefinite Quantity (IDIQ) contracts will be for one five (5)-year ordering period. The total aggregate value to include all contract awards over the entire ordering period shall not exceed $6,000,000. TASK ORDERS: There is no guarantee on the number of task orders that successful contractors will receive or the amount of money beyond the minimum order guarantee. The guaranteed minimum for the contract term is $7,500 and will be satisfied by the award of the contract. Firm-fixed price task orders will be negotiated for this contract. The Government anticipates awarding multiple IDIQ contracts from this solicitation. The Government will not be obligated to purchase, nor is the Contractor obligated to furnish, services valued less than $7,500. The Contractor will not be obligated to furnish services greater than $500,000 for any single item or combination of items. ELIGIBLE FIRMS: This proposed contract is being solicited for services OCONUS. Therefore, the Government is seeking only local sources. In accordance with the FAR 36.601-4(b) the AE firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Only design firms who hold a valid registration with an Italian Chamber of Commerce (Certificato di Iscrizione alla Camera di Commercio) as an architect and engineering firm will be considered. Joint Ventures in accordance with Italian regulations are allowed. For this announcement purposes, a Joint Venture refers to a legal entity in the nature of a partnership comprised of two or more design firms.� The Joint Venture must be formed and valid at the time of submission of the proposal. All contractors are advised that registration in System for Award Management (SAM) Database is required prior to evaluation of the SF330 (Attachment 1). Firm(s) will not be evaluated without a valid SAM registration. System for Award Management means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. The North American Industrial Classification System (NAICS) code is 541330 (Engineering Services).� Only contractors who are registered and have an active and valid profile in SAM may be awarded a contract as a result of any solicitation. Failure to register in the SAM Database may render your firm ineligible for evaluation and award. For more information, check the SAM Web site: https://www.sam.gov. In order to be registered in SAM a Contractor must possess a Duns Number and a NCAGE code. New SAM registrations may take up to 30 days Firms are encouraged to plan accordingly. The Duns Number is a unique nine digit identification number, for each physical location of a business, provided by Dun & Bradstreet (D&B). Contractors who are registered with the chamber of commerce already possess a DUNS number. Firms are encouraged to confirm their DUNS status prior to starting a new registration by contacting Dun & Bradstreet (www.dnb.it). The NCAGE (NATO Commercial and Government Entity) is a code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE file. To obtain the NCAGE code the contractors must submit the request to https://siacweb.difesa.it/siac/RegistrazioneSiac/registrazioneNcage.seam The Government seeks the most highly qualified firms to perform the required services, based on the demonstrated competence and qualifications, in accordance with the evaluation criteria. DESCRIPTION OF SERVICES: The type of primary tasks expected to be performed under this contract are: a. Design services may include, but are not limited to construction of new facilities and repair, rehabilitation, alterations, and/or renovations of existing facilities. Facility categories may include Residential Housing Lodges (Hotels); Dormitories for Enlisted Personnel; Offices; Exchanges (Light Commercial); Commissaries (Super Markets); Chapels (Churches); Recreational Facilities (Theaters, Playing Fields, Auto Shops, Hobby Shops, Youth Centers, and Gymnasiums); Institutional Facilities (Schools, Child Development Centers and Kindergartens); Dining Facilities; Training Facilities; Hospitals; Industrial Facilities (Hangars and Warehouses); Explosive Storage and Handling Facilities; Utility Systems (Water, Steam, Sewer, Gas, Electric, Fire alarm and Extinguishing; Communication); road networks and others. b. Engineering services may include, but are not limited to: various studies (seismic, antiterrorism/force protection, handicap accessibility, codes compliance, and sustainable design); structural analysis; asbestos, lead, and other hazardous materials surveying, testing, and abatement analysis; reports; project development documentation (drawings, specifications and design code analysis); traffic study, value engineering; site, soil, and environmental investigation and analysis; energy analysis; life cycle cost analysis; DIRI Certification, LEED Certification; field changes; topographic surveys; cadastral work; interior design services; preparation of safety plans in accordance with safety laws (e.g. Legislative Decree 81/2008); consulting services; Post Construction Award Services (PCAS) (e.g. contractor�s submittal and shop drawing review, preparation of as-built and record drawings); construction inspection services; construction safety coordination; preparation of Operation and Maintenance Support Information (OMSI) manuals; master planning; development of DD Form 1391 and/or Construction Mixed Commission documents; permits and authorization requests outside Ministry of Defense (MOD) land; Fire Prevention Certificate (SCIA/CPI).� c. The contract requires the Architect-Engineer to have online correspondence. All files shall be submitted in a format 100% compatible with ACADD and/or MicroStation, Microsoft Office, Adobe Acrobat or in a format specified in the Task Order.� d. The Architect-Engineer shall perform all or part of the following A&E services as more specifically identified in each Task Order: 1) Obtain necessary permits, licenses and authorization from all Local, State and Federal authorities as required for the performance of the Architect-Engineer�s services. The Architect-Engineer shall ensure the concurrence of the owner or owner�s representative when services are not performed on Ministry of Defense (MOD) land or controlled by MOD; 2) Perform the duty of Work Director inside and outside MOD. 3) Utilize Government designs, drawings, specifications and standards for buildings, structures and infrastructures as required to meet the scope of the project; 4) Prepare studies, sketches, plans, reports and cost estimates of all the structures, infrastructures, utilities, and appurtenances included in the scope of the project. The number of copies of the above mentioned documents will be negotiated at each Task Order. SUBMISSION REQUIREMENTS: This solicitation requires all interested firms to have an email address. Notifications will be via e-mail; therefore, the email address must be shown on the SF 330, Part 1, Section B8. Interested firms having the capabilities to perform this work must submit five (5) copies of CDs containing the SF 330 ""Architect Engineer Qualifications"" (Attachment 1) and Past Performance Questionnaire (Attachment 2).� The files shall be in PDF format. Only data furnished by the responding firm on the SF 330 will be considered in the selection process. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall submit Part II of the SF330 for each branch office and subcontractor office that will have a key role in the proposed contract. The SF 330 should specifically address the requirements of this announcement. Firms shall include five (5) projects total in Block F of the SF 330. Firms shall limit block h of the SF 330 to no more than 20 single-sided pages.� The Standard Form 330 shall not exceed 50 single-sided pages and shall be in pdf format. The proposed AE firm shall submit the following additional documentation: A copy NOT older than six (6) months at the time set forth for the receipt of the SF 330 of the Chamber of Commerce Certificate of Membership (Certificato di Iscrizione alla Camera di Commercio).� Self-certifications are NOT allowed. A copy certified (copia autenticata) or original, and NOT older than ninety (90) days from the date of receipt of the SF 330 of the DURC (Documento Unico di Regolarita� Contributiva).� Self Certifications (autocertificazioni) are NOT allowed.� The document MUST include a statement to the effect that all contributions have been duly paid. ���� Failure to submit the required proof may result in a firm�s elimination from consideration. Firms who are offering as a joint venture should include with their submission a signed copy of the joint venture agreement in accordance with Italian Law and regulations. Joint ventures registered in any country other than Italy will not be considered. Failure to include the joint venture agreement will result in the firm�s elimination from further evaluation. NOTE: If hand-carrying or express mailing proposal, the firm is advised that the Vicenza Contracting Office is on a secured compound and passes are required to enter the base. Anticipate delays in base access and plan accordingly. Hand-carried and express mail proposals must be delivered to Building 3, Room 104 on Caserma Ederle. Government personnel will not pick up proposals at the gate. It is the contractor�s responsibility to ensure delivery to the location specified (to the best of our knowledge, DHL has base privileges and can deliver directly). Electronic (E-mail, facsimile, etc.) submissions are not authorized. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email paul.f.negrido.civ@mail.mil with a copy (cc) to elisa.marchetti2.ln@mail.mil and jeffrey.s.morris16.civ@mail.mil. THIS IS NOT A REQUEST FOR PRICE PROPOSAL. SELECTION CRITERIA: Standard Form 330s will be evaluated to determine the most highly-qualified firms based on criterion responses. Failure to provide requested data or to comply with the instructions in this notice may result in a firm being considered less qualified or eliminated from consideration. The Selection of Architects and Engineers Statute and FAR Part 36.6 selection procedures apply. The AE must demonstrate the team�s qualifications with respect to the published evaluation criteria. Evaluation criteria (1) through (5) are considered PRIMARY and will be evaluated by the selection committee. Criteria (1) through (3) are equally weighted and considered the most important. Criteria (4), (5) and (6) are equally weighted and are less important than (1) through (3). Specific evaluation criteria include: 1. Specialized Experience��������������������������� 4. Program Management and Capacity 2. Professional Qualifications���������������������� 5. Quality Control Program ��� and Technical Competence�������������������� 6. Geographic Location 3. Past Performance � � Criterion 1 - Specialized Experience (SF330, Part I, Section H): Firms will be evaluated on specialized experience and technical competence in performance of services similar to those anticipated under this contract through evaluation of experience in: Preparation of plans, specifications, and construction cost estimates for; Residential Housing Lodges (Hotels); Dormitories for Enlisted Personnel; Offices; Exchanges (Light Commercial); Commissaries (Super Markets); Administration Offices; Chapels (Churches); Clubs; Recreational Facilities (Theaters, Playing Fields, Auto Shops, Hobby Shops, Youth Centers, and Gymnasiums); Institutional (Schools, Child Development Centers, and Kindergartens); Dining Facilities; Training Facilities; Hospitals; Industrial Facilities (Hangars and Warehouses); Explosive Storage and Handling Facilities; Utility Systems (water, steam, sewer, gas, electric, fire alarm and extinguishing; communication, etc.); and others. Engineering services may include, but are not limited to: various studies (seismic, antiterrorism/force protection, handicap accessibility, codes compliance, and sustainable design); structural analysis; asbestos, lead, and other hazardous materials surveying, testing, and abatement analysis; reports; project development documentation (drawings and specifications and design code analysis); traffic study; value engineering; site, soil, and environmental investigation and analysis; energy analysis, life cycle cost analysis, DIRI Certification, LEED Certification, field changes; topographic surveys; cadastral work, interior design services; preparation of safety plans in accordance with safety laws (e.g. Legislative Decree 81/2008); consulting services; Post Construction Award Services (PCAS) (e.g., contractor�s submittal and shop drawing review, preparation of as-built and drawings); construction inspection services; construction safety coordination, preparation of Operation and Maintenance Support Information (OMSI) manuals; master planning, development of DD Form 1391 and/or Construction Mixed Commission documents, permits and authorization requests outside Ministry of Defense (MOD) land, Fire Prevention Certificate (SCIA/CPI). The ability to accomplish construction cost estimates utilizing electronic formats. The ability to provide AutoCAD � and MicroStation� drawing files, and narratives compatible with MS Word� and Adobe Acrobat format. Department of Defense (DoD) A/E/C CADD Standards. It will be advantageous for firms that are familiar with, and have experience in, Building Information Modeling (BIM) and or Revit. Criterion 2 - Professional Qualifications and Technical Competence (SF330, Part I, Section E & G): Professional Qualifications: Firms must be able to provide registered professionals/key personnel assigned in the positions for Project Management, Architecture, Structural Engineering, Mechanical Engineering, Electrical Engineering, Civil Engineering, Geotechnical Engineering, Fire Protection Engineering, and an Architect or Engineer Value Engineering team leader who has been formally trained in value engineering methodology. The firm must also be able to provide a Cost Estimator with M-II experience, and a Professionally Licensed Surveyor. The Project Manager(s) must have experience managing DoD design projects. The design team must also be familiar with current Department of the Army and U.S. Army Corps of Engineers design criteria. Submission Requirements: Provide resumes via Section E of the SF-330 for all proposed key personnel identified above that illustrate experience in the work proposed under this contract. Project-specific experience in accordance with Section E, Part 19 should be within the last seven (7) years.�� Criterion 3 � Past Performance (SF330, Part I, Section F): Past performance within seven (7) years of issuance of this synopsis on DoD and other contracts in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, a project must be submitted for each joint venture partner. Firms failing to provide at least one project from each joint venture partner will be considered to have not met the requirements of the criterion. Projects shall be submitted on the SF-330 at Part I, Section F and shall be completed projects. Projects not completed will be excluded from evaluation consideration. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being excluded from evaluation or considered less qualified. Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) (Attachment 2) or CPARS/ACASS and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. NOTE: Past performance information for projects related to Criterion 1 may be given greater weight. Submission Requirements: Submit a completed CPARS/ACASS evaluation for each project under Criterion 1. If a completed CPARS/ACASS evaluation is not available, the Past Performance Questionnaire (PPQ) included in this notice is provided for the firm or its team members to submit to the client for each project the firm includes under Criterion 1, Specialized Experience. A firm shall not submit a PPQ when a completed CPARS/ACASS is available. � If a CPARS/ACASS evaluation is not available, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience.� Firms may also address any adverse past performance issues. Information shall not exceed one double-sided page (or two single-sided pages) in total. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 4 - Program Management and Capacity (SF330, Part I, Section D) Firms will be evaluated on the firm�s ability to plan for and manage work under the contract and the capacity to accomplish the work in the required time. Submission Requirements: Provide an organizational chart as an attachment (SF330, Part I, Section D) for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Teams with a demonstrated history of working together may be considered more favorably. Criterion 5�Quality Control Program (SF330, Part I, Section H): Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract and means of ensuring quality services from their consultants/subcontractors. Submission Requirements: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: 1.�� Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. Additionally, discuss any lessons learned that have led to the proposed plan. 2.�� Provide a quality control process chart showing the inter-relationship of the management and team components. 3.�� Describe specific quality control processes and procedures proposed for this contract. 4.�� Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. 5.�� Describe how the firm�s quality control program extends to management of subcontractors. Criterion 6 � Geographic Location (SF330, Part I, Section H) Provided that criteria one through five leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office or offices that will be performing the work under this contract. Evaluation of firms will include consideration of their location within the general geographic area of the anticipated projects, primarily Caserma Ederle in Vicenza and Camp Darby in Livorno. Preference will be given to firms that have close proximity to Caserma Ederle or Camp Darby or both. Submission Requirements: ����� Indicate location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Firms will be selected based on the aforementioned PRIMARY selection criteria. The Government may conduct interviews and/or discussions with no more than five (5) of the most highly qualified firms. The Government will only conduct in-person interviews and/or discussions as a tie-breaker to establish the initial ranking of firms. If interviews are utilized, the Government will establish the criteria with invited firms. After interviews and/or discussions, a final ranking will be established by the selection committee. The Government will then move into Phase II and invite the most preferred firms to respond to a request for proposal. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and proposed team identified in the SF-330 for this contract will be required to perform throughout the contract term. Changes to the proposed team during the contract term will require a new submission of a SF-330 and must meet the experience and qualifications of the originally proposed team. Responses are due no later than 1700. Central European Time (CET), on 09 July 2021. The delivery address for the proposal (CD format) is as follows: Department of the Army 414th CONTRACTING SUPPORT BRIGADE, BLDG 03, Room 104 Caserma Ederle, Viale della Pace 36100 Vicenza Electronic (e-mail, facsimile, etc.) submissions are not authorized.� Late responses will be handled in accordance with FAR 52.215-1. All questions regarding this announcement are due no later than�11 June 2021 @1500 CET and shall be emailed to paul.f.negrido@mail.mil with a copy (cc) to elisa.marchetti2.ln@mail.mil and jeffrey.s.morris16.civ@mail.mil. All potential offerors are advised to check daily the Beta Sam website, beta.sam.gov, for any additional modifications pertaining to this pre-solicitation notice. ATTACHMENTS Attachment 1 � SF330 Attachment 2 � Past Performance Questionnaire
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bedb91a8484f4996863b4795580a4df2/view)
- Place of Performance
- Address: Vicenza, ITA
- Country: ITA
- Country: ITA
- Record
- SN06006800-F 20210521/210519230114 (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 |