The RFP Database
New business relationships start here

AE IDIQ Contracts for Army, AF, other Military and Government and Civil Works Projects


Kentucky, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

-Up to Four (4) Unrestricted Architect/Engineer IDIQ Contracts for Army, Air Force, Other Military, and Civil Works Projects Primarily within the Great Lakes and Ohio River Division Mission Boundaries.
Solicitation Number: W912QR18R0069
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, Louisville
________________________________________
Notice Type:
Presolicitation
Original Posted Date:
Posted Date:
Response Date:
Original Response Date:
Archiving Policy:
Automatic, 30 days after response date
Archive Date:
Original Set Aside:
N/A
Set Aside:
N/A
Classification Code:
C -- Architect and engineering services
NAICS Code:
541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services
________________________________________
Solicitation Number: W912QR18R0069

Presolicitation
Synopsis:

1.) SYNOPSIS: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated firm fixed price contracts, are for a variety of architect/engineer (A/E) services primarily for Army, Air Force, other military and government, and civil works projects at various locations within the Great Lakes and Ohio River Division mission boundaries. Projects outside the primary mission area may be added at the government's discretion upon agreement of the A/E firm.
Projects will be awarded by individual task orders. The maximum cumulative contract value for each contract is $9,000,000. These are five year contracts, with no option years. The estimated construction cost per project is between approximately $2,000,000 and $50,000,000.


Up to four firms will be selected, the top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second, and so on. Award of all contracts will be made within nine (9) months after award of the first contract provided there is sufficient workload. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which selected firm will be utilized on task orders: performance and quality of deliverables, current capacity to accomplish the work in the required time, and uniquely specialized experience. Significant emphasis will be placed on the A/E's quality control procedures, as the District will perform the quality assurance role only. Estimated start date is October 2018.


If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract.


In accordance with FAR 36.604 and 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 A/E services.


2.) PROJECT SPECIFIC INFORMATION: The selected firms will be solely responsible for the designs that they produce, and will become the designer of record for each individual project on their contract. Projects may consist of military projects for the U.S. Army, Air Force, and other military and government customers of USACE Louisville District. This contract may also be utilized for civil works projects. Military work is anticipated to be the largest percentage of work (approximately 90%). A/E services shall consist of the following: value engineering studies, preparation of construction solicitations for design-bid-build (complete design) projects; preparation of requests for proposal (RFP) for design-build projects; concept level designs and engineering feasibility studies; building information model (BIM) data development; site investigation/assessment of existing conditions; engineering services during construction; design of demolition or deconstruction; analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; technical studies/analysis in support of design for new construction and renovation projects at various locations; and comprehensive planning that is related to future construction requirements on military installations. Additional AE support services may include: civil site design; geotechnical studies, demolition and/or the renovation of existing facilities; environmental compliance; National Environmental Policy Act (NEPA) documentation; controlled waste and flammable storage design; hazardous materials survey and/or abatement plans; and utility investigations. Other A/E services beyond traditional design may include: site selection; facility assessments and construction-phase services (shop drawing review, site inspection, etc.). Construction cost estimating will be accomplished for all design projects using the Micro-Computer Aided Cost Estimating System current version (software and database is available from the Government for a nominal fee) unless authorized by specific task order.


Task orders under this contract may include some of the following types of projects: administrative buildings, company operations facilities, brigade and battalion headquarters, laboratory and testing facilities, airfield and other transportation facilities, dining facilities, tactical equipment maintenance facilities/vehicle maintenance shops, maneuver facilities, ranges and other training areas, organizational parking including petroleum storage, unit storage facilities and warehouses, chapels, physical fitness training centers and sports complexes, child development centers, simulation centers, medical facilities, family and soldier housing, barracks, libraries, conference centers, interim and deployable facilities, site design, parking, roads, landscaping, storm drainage, master planning, value engineering and specialized, mission-specific facilities (e.g. heavy drop rigging facility, tactical unmanned aeronautical vehicle storage and maintenance), and other military facilities. Work may be new construction or renovation or repurposing of existing spaces/buildings. Other government projects may consist of administrative buildings, laboratory and testing facilities, transportation facilities, parking facilities and structures, storage facilities and warehouses, physical fitness training facilities, medical facilities, conference centers, and other building and infrastructure projects. Civil works projects may consist of flood damage reduction studies and designs, ecosystem restoration, stream bank erosion control, navigation improvements, additions and repairs to locks and dams, geotechnical investigations, levee and floodwall evaluation and design, planning and design of waterfront facilities and other recreation facilities. Associated design effort may include the following: demolition and/or the renovation of existing facilities; environmental compliance; NEPA documentation associated with a design project; controlled waste and flammable storage; asbestos, lead, and /or abatement & utility investigations. Other functions beyond traditional design may include: the development of simplified design approaches; performance of engineering feasibility studies, site assessments, and DD Form 1391 development related to new projects and project sites; providing construction-phase services (shop drawing review, site inspection, etc.) for construction projects. Specifications must be electronically developed using the Unified Facilities Guide Specifications (UFGS), Louisville District guide specifications, modified Corps of Engineers guide specifications, and industry standard specifications. All specifications shall be developed and edited using the SpecsIntact automated specification processing system. Specifications shall be provided to the government in the native SpecsIntact format, Microsoft Word format, and/or Adobe (.pdf) format (see the individual submittal requirements for format requirements). Firms should demonstrate experience with using and writing project specifications in the SpecsIntact processing system.


BIM or traditional CAD may be used for projects under this solicitation. Disciplines required for BIM are Architecture, Interior Design, Structural, Mechanical, Electrical, Civil, Cost Estimating and a BIM Manager. BIM products will be produced in the current version of either the AECOsim Building Designer or Autodesk Revit as specified in each task order. Traditional CAD deliverables, if required for individual task orders, shall include Microstation (DGN) or AutoCAD (DWG) files as specified in each task order. Proposals should demonstrate experience using these CAD software products and knowledge of the latest release of the Tri-Service A/E/C CAD Standard.



3.) SELECTION CRITERIA: Selection criteria in descending order of importance are listed below "a" through "d" are primary, and "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.


Additional consideration as noted in paragraph 4, SF330 Section E, may be given.


b. Specialized Experience and Technical Competence:
The government's evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F which include the Specialized Experience and Technical Competencies below. Documentation of the roles on each project and specialized experience must be shown in the individual resumes.


1. Use of BIM (All team members)
2. Use of A/E/C CAD Standard (All team members)
3. Design/build project design methodology (All team members)
4. Sustainable design to include level of LEED Certification (All team members)
5. Design of anti-terrorism and force protection measures (Project Managers, Architects, Structural only)
6. Construction cost estimating using MCACES MII (Cost Engineer only)
7. Ability to design projects within funding limitations (Firm performance in Section H)
8. Performance of design charrettes (All team members)
9. Use of SpecsIntact (All team members)


The government will also consider prior experience between design team members working on the same project included in SF330 Section G.


Additional consideration will be given to offerors who provide a Design Quality Management Plan in SF330 Section H that demonstrates a clear understanding of USACE quality management policies and that details quality management activities that will be used in addition to those required by USACE policy.


c. Capacity:
The government's evaluation of the offeror's capacity narrative included in the Design Quality Management Plan 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 the offeror's ability to design projects within funding limitations, comply with performance schedules, provide high quality design products, and minimize cost and time growth of the project during construction.


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) hard copy and one (1) electronic copy on CD 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 SF 330, 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 Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission.


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.


Additional instructions and clarifications for SF330:


SF330 Section D:
The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can 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 through 24. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. project manager, architect designer, commissioning agent, etc.) on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below. Additional consideration will be given for individual team members who possess a current LEED BD+C credential or similar credentials. Additional consideration will be given to engineers with an ABET-accredited college degree in their respective field.



1. Project Manager, Registered Architect or Professional Engineer, 10 Years
2. Project Manager, Registered Architect or Professional Engineer, 10 Years
3. Architect Designer, Registered Architect, 10 Years
4. Architect Designer, Registered Architect, 10 Years
5. Architect Checker, Registered Architect, 10 Years
6. Civil Engineer Designer, Registered Professional Engineer, 10 Years
7. Civil Engineer Designer, Registered Professional Engineer, 10 Years
8. Civil Engineer Checker, Registered Professional Engineer, 10 Years
9. Structural Engineer Designer, Registered Professional Engineer, 10 Years
10. Structural Engineer Designer, Registered Professional Engineer, 10 Years
11. Structural Engineer Checker, Registered Professional Engineer, 10 Years
12. Mechanical Engineer Designer, Registered Professional Engineer, 10 Years
13. Mechanical Engineer Designer, Registered Professional Engineer, 10 Years
14. Mechanical Engineer Checker, Registered Professional Engineer, 10 Years
15. Electrical Engineer Designer, Registered Professional Engineer, 10 Years
16. Electrical Engineer Designer, Registered Professional Engineer, 10 Years
17. Electrical Engineer Checker, Registered Professional Engineer, 10 Years
18. Geotechnical Engineering Designer, Registered Professional Engineer, 10 Years
19. Geotechnical Engineering Checker, Registered Professional Engineer, 10 Years
20. Interior Designer, certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design
21. Interior Designer Checker, certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design
22. Cost Engineer, 10 Years, additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering.)
23. Registered Fire Protection Engineer, 5 Years
24. Registered Fire Protection Engineer Checker, 5 Years
If a firm is selected for one of these contracts, the following additional resumes and hourly rates for each will be requested during negotiations at a minimum:
Environmental Engineering Designer, 10 years experience
Environmental Engineering Checker, 10 years experience
Registered Communication Distribution Designer, 5 years experience
Communication Distribution Designer, 5 years experience
Landscape Architect, registered as a landscape architect
BIM Manager, No Certification Required, 3 Years experience
Certified Value Specialist, 10 Years experience
Commissioning Agent, 5 Years commissioning experience
Administrative/Clerical


 



SF330 Section F:
For all projects included in SF330 Section F, construction must be substantially complete. 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, projects must be substantially complete within the last 8 years, a minimum two of the projects must be design/build request for proposal preparation by the offeror, a minimum of two must be fully designed by the offeror. An IDIQ contract may be submitted but must include a narrative describing the project requirements for specific task orders under the IDIQ contract to demonstrate similar projects. If multiple task order projects are submitted under the same AE IDIQ contract, each task order project will count toward the 10 project limit.


1. Additional consideration will be given to offerors who include projects in Section F with buildings that can demonstrate actual building performance with post occupancy Energy Use Intensity (EUI) that meets or exceeds the numbers listed below for each facility type. The EUI shall be calculated without photovoltaic (PV) or wind energy.


Office: EUI =35
Research Lab: EUI =200
Educational Facility: EUI = 30
Recreational Facility: EUI = 60
Hospital: EUI = 160


2. Additional consideration will be given to offerors who include projects in Section F with buildings that efficient architectural floor plan with net to gross ratio of 60% or better. Additional consideration will be given to offerors who include projects in Section F with buildings that have an efficient architectural floor plan with a Net Assignable Square Footage to Gross Square Footage ratio of 60% or greater. Gross square footage can be calculated using the inside face of the exterior wall. The Net Assignable Square Footage (NASF) of a floor is calculated by adding all the rooms on a floor, excluding public corridors, elevators, stairwells, and all types of mechanical rooms, public bathrooms, custodial rooms, and shaft spaces. NASF calculations do not include wall thickness or space that is open to below.


3. Additional consideration will be given to offerors who include projects in Section F with buildings that can demonstrate redundant (N+1) mechanical and/or electrical systems, data centers with a minimum of 10,000 square feet (SF), or secure facilities with laboratory space and a minimum of 10,000 square feet (SF).


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 present a Design Quality Management Plan that discusses the firm's management approach; management of sub-consultants (if applicable); quality control procedures (for plans, specification, design analysis and electronic documents); capacity to execute work and scheduling of internal resources for variations in workload. The firm should discuss other areas such as innovative designs, cost estimating performance, performance for meeting schedules, etc that the firm feels are strengths of the firm and are factors that should be brought to the attention of the selection board for consideration.


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. 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'). The number of pages of the Small Business Small Disadvantaged Business will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330.


Amendment 0003
In SF330 Section H, all large businesses shall present an estimate of 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'). The number of pages of the Small Business, Small Disadvantaged Businesses will not be counted against the 20 page limit of the SF330 Section H or the 100 page limit for the entire SF330.
Amendment 0003

Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://ProjNet.org/ProjNet. The attached file titled ProjNet Instructions provides guidance on how to submit and review bid inquiry items. Bidders will need to be a current registered user or self-register into the system. The Bidder Inquiry Key or Quick Add Key for this project is EHZHDW-JB55FE.


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 2:00 p.m. Eastern on 13 August 2018. 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.


Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Julie McLaughlin
600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202.
ProjNet_Instructions.pdf (19.37 Kb)
Description: ProjNet Instructions
Contracting Office Address:
Attn: CELRL-CT
PO Box 59
Louisville, Kentucky 40201-0059
United States
Place of Performance:
U.S. Army Corps of Engineers, Louisville District
600 Dr. Martin Luther King, Jr. Place, Room 821
Louisville, Kentucky 40202
United States
Primary Point of Contact.: Julie McLaughlin
Julie.c.mclaughlin@usace.army.mil


 


 


Julie C. McLaughlin, Sr Contract Specialist, Phone 5023156896, Email julie.c.mclaughlin@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP