SPECIAL NOTICE
C -- Architect-Engineering (A-E) services for FY22 Fort Bragg, North Carolina
- Notice Date
- 7/7/2022 1:40:10 PM
- Notice Type
- Special Notice
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-22-R-AE22
- Response Due
- 8/6/2022 7:00:00 AM
- Point of Contact
- Douglas Hammes, Phone: 910-432-0435, DONNELL LEATHERS, Phone: 9109083876
- E-Mail Address
-
douglas.k.hammes.civ@army.mil, anthony.d.leathers.civ@army.mil
(douglas.k.hammes.civ@army.mil, anthony.d.leathers.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Special Notice - Notices of Intent to contract for Architect-Engineering (A-E) services for FY22 Fort Bragg, North Carolina. Mission Installation Contracting Command � Fort Bragg (MICC - FB) has received multiple requirements/ project(s) from Fort Bragg Department of Public Works (DPW) that require multidisciplinary professional design services, Architect Engineering Services to complete design documents on the Installation for FY22 that are estimated below the Simplified Acquisition Threshold (SAT). (see A-E attachment �Project list�). These requirements/project(s) shall include performing building surveys, developing scopes of renovation work and cost estimates. The requirement consist of performing all Architectural � Engineering (A-E) services necessary to prepare 100% plans and specifications for a Design-Bid-Build package. Since the projects are all estimated below SAT, the Contracting Officer will use equitable distribution based on number to the most highly qualified firms from the evaluation. This notice is subject to availability of funds. This�public notice�is set aside to Small Business Firms Only and does not require a small business contracting plan. We encourage all A-E small businesses, in all socioeconomic categories including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns, to identify their capabilities (SF 330 along with a capabilities statement); the capabilities statement is limited to no more than 2 x pages). Only firms with an active registration in SAMS will be acceptable. The Fort Bragg list of qualified A-E firms is outdated. We request all SB firms, even if they previously submitted interest in either a sources sought or a special notice posted by MICC FB, to send updated required documents requested to be considered. Any questions from this notice will end on 06 August 2022 at 10am. Email firms consolidated questions to person(s) identified in this notice; Firms shall use the firm�s government POC or Owner listed in SAMS to send the questions from the firm. An attachment with all consolidated questions with government response will be included in this notice and updated regularly to help prevent duplicate questions being received. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any construction or design service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. The NAICS code is 541310, �Architectural Services� with a size standard of $11M is listed on this special notice, however, NAICS codes 541320 ""Landscape Architectural Services"" size standard $8M and NAICS code 541330 ""Engineering Services"" size standard $22.5M are also being considered. Regardless of NAICS code selected, the Classification Code for all requirements listed is C-Architect and Engineering Services. Interested firms shall respond with the following documents, below, by email to the individual(s) identified in this notice: (A) SF 330 Parts I and II and (B) General Capabilities Statement (no more than 2 pages) (C) Confirmation SAMS registration is current and correctly identifies the Firms Point of Contact: Name, Number and Email for government contracts. (D) If the Firm is an Active 8(a) Firm, a document identifying when they will exit the program. Submittals will not be returned to the responder. Interested firms will be evaluated per The Brooks Act"" (Public Law 92-582, 40 U.S.C. 541 et seq.) and DFARS PGI 236.602 Selection of firms for architect-engineer contracts. Specifically PGI 236.602-1(a)(6). The selection(s) of the most highly qualified firms is not based upon competitive bidding procedures but rather upon professional qualifications necessary for the performance of the required A-E services. NOTE:� Determining Highly Qualified, Qualified and Unqualified Adjectival Rating Description Highly Qualified, SF330 demonstrates professional qualifications necessary, specialized experience and technical competence, capacity to accomplish the work in the required time, relevant and recent work history. Qualified, SF330 demonstrates professional qualifications, experience and technical competence, capacity to accomplish the work, some relevant and recent (within past 5 years) work history. Unqualified, SF330 does not demonstrates professional qualifications necessary and/or specialized experience and technical competence, capacity to accomplish the work in the required time. Any relevant and recent work history is greater than 5 years. Evaluation/Selection Criteria (1-6):� The criteria is listed below in descending order of importance. IAW FAR 36.602-1(a), Agencies shall evaluate each potential firm in terms of its- Factor 1 � Professional Qualifications:� All key personnel shall be licensed in North Carolina; resumes and copies of credentials shall be provided for the following key personnel: � � � �a. Architect, RA � � � �b. Civil Engineering, PE Civil � � � �c. Communications Designer, PE Electrical and Computer, RCDD � � � �d. Electrical Engineering, PE Electrical and Computer � � � �e. Environmental Engineering, PE � � � �f. Geotechnical Engineering, PE � � � �g. Interior Designer, NCIDQ � � � �h. Land Surveyor, PLS � � � �i. Landscape Architect, RLA � � � �j. LEED Accredited Professional, LEED BD+C � � � �k. Mechanical Engineering, PE Mechanical � � � �l. Project Manager, PE � � � �m. Qualified Fire Protection Engineer, PE Fire Protection � � � �n. Quality Assurance Management, PE � � � �o. Structural Engineering, PE Structural The factor shall include an organizational chart and a narrative describing how the team will function including key personnel leadership roles. Functions to be subcontracted shall be clearly identified by subcontractor. � � � � �2. Factor 2 - Specialized Experience and Technical Competence:� Firms shall select 3 projects for submission that� � � � � � � � � � � demonstrate their Specialized Experience and Technical Competence. All submitted projects must have been completed� � � � � � � � � within the last five years from date of special notice announcement. Firms shall provide a narrative of work performed and� � � � � � � � their quality control procedures, and the following shall be listed for each project: � � � � a. Distance of Project from Fort Bragg in miles. � � � � b. Estimated Construction Cost of the Project in USD. � � � � c. Design Period of Performance in Months. � � � � d.USACE AHJ District. � � � � e. LEED Certification Level. � � � � f. Number of Project Review Comments for each stage of submission. � � � � g. List of Key Personnel involved in the project from Factor 1. � � � � h. Unified Facility Criteria and Buildings Codes Applicable to the Project. � � � � i. North Carolina Department of Natural Resources (DNR) Permit Requirement. � � � � j. National Environmental Policy Act (NEPA) documentation required. The factor shall include a Design Schedule outlining each submission stage and overall schedule, AE Cost proposal for the submitted projects. � � � � 3.��Factor 3 � Geographic Proximity: Proximity in miles of the principal design office to Fort Bragg, NC, and key personnel� � � � � � � � � subcontractors. � � � �� 4. Factor 4 - Past Performance:Past Performance during the past five years from date of the pre-solicitation notification on similar contracts with respect to cost control, quality of work, compliance with performance/design schedules, customer satisfaction, management, and safety/security as determined from Contractor Performance Assessment Rating System (CPARS) and other sources such as past performance questionnaires. The evaluation of past performance will be based on information provided through CPARS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the Firm. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. NOTE: In lieu of requesting past performance information the Contract Performance Assessment Reporting System (CPARS) will be used for an Acceptable or Unacceptable rating only. If a firm does not have any past performance in CPARS, they will receive an Acceptable rating. Acceptable will be based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown. An Unacceptable rating will be based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. Note: Relevancy Rating will be included in the comments only in Past performance: (Very Relevant, Relevant, Somewhat Relevant, Not Relevant). Very Relevant: Past Performance effort involved is essentially the same scope and magnitude of effort and complexities of this design requirement Relevant: Past Performance effort involved similar to the same scope and magnitude of effort and complexities of this design requirement Somewhat Relevant: Past Performance effort involved some of the same scope and magnitude of effort and complexities of this design requirement Not Relevant: Past Performance effort involved little to none of the same scope and magnitude of effort and complexities of this design requirement ���������� (5)� Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and NOTE: In this section evaluation should be in terms of working on Fort Bragg or other military or government locations. It is recommended Firms, on their capabilities statement, to indicate the Firm Business Headquarters and (if applicable) the closest Field Office location (miles away from zip code 28310) with respects to Fort Bragg Installation. ���������� (6)� Acceptability under other appropriate evaluation criteria - Historical Registry NOTE: In this section firms should indicate if they have worked on historical buildings or those able to be included on the registry. �����������������������������������������������������������������������
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9dbb907fb0fe4af68c5c32202a50f4c4/view)
- Place of Performance
- Address: Fort Bragg, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN06380629-F 20220709/220707230058 (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 |