The RFP Database
New business relationships start here

Balistic Missile Defense (BMD) Program


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

W912DY-16-R-0041
A-E SERVICES
Multiple Indefinite Delivery Contracts (IDCs)
For
Ballistic Missile Defense (BMD) Program
UNRESTRICTED COMPETITION

General Information


Document Type: A-E Synopsis
Solicitation Number: W912DY-16-R-0041
Posted Date: 21-DEC 2016
Response Date: 3-FEB 2017
Classification Code: C, Architect and Engineering Services


Contracting Office Address


US Army Corps of Engineers (USACE)
Huntsville Center (HNC) CEHNC-CT
4820 University Square, Huntsville AL 35816-1822


1.0 CONTRACT INFORMATION


General. This contract is being procured In Accordance With (IAW) the Architects and Engineers Statue (formerly known as the Brooks Act) as implemented in FAR 36.6; and, Engineering Pamphlet (EP) 715-1-7 Architect-Engineer Contracting in USACE. This requirement will be an unrestricted full and open competitive acquisition with no awards reserved for small business firms. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Architect-Engineer (A-E) design services support the Ballistic Missile Defense (BMD) Program for new or rehabilitation designs of tactical, tactical support, and non-tactical facilities including missile control buildings, industrial workshops, radar facilities, power plants, communications facilities, administration buildings, and various other facilities; new and rehab road work, utility work, and building systems work. The designs require contractor experience in radar, missile launch, and tactical support facilities and various other facilities that may be required. In order to accomplish this objective, the U.S. Army Engineering and Support Center (CEHNC) in Huntsville, Alabama plans to award, on an unrestricted basis, multiple Indefinite Delivery Contracts (IDCs). The IDCs will have a twelve month base period and four, twelve-month option periods, for a possible total of five years under which firm fixed price (FFP) and Cost Plus Fixed Fee (CPFF) task orders (TOs) will be negotiated. Each TO will specify its particular period of performance. It is anticipated that this acquisition will result in the award of three contracts; however, the government reserves the right to award more, less, or none at all if it is determined to be in the best interest of the Government. The contract is anticipated to be awarded within Fiscal Year 2017. The North American Industrial Classification Code (NAICS) is 541330, Engineering Services, is applicable to this acquisition. The total capacity, to be shared by all awardees, is anticipated to total approximately $48,000,000.00. This requirement will be an unrestricted full and open competitive acquisition with no awards reserved for small business firms. Contractors will be required to submit a Small Business Participation Plan. The offerors will also be required to submit a Small Business Subcontracting Plan prior to award.


To be eligible for contract award, the submitting A-E firm(s) must be registered in the System for Award Management (SAM), have an approved cost accounting standards (CAS) system, have the professional qualifications necessary for satisfactory performance of the required services, and must submit an acceptable subcontracting plan (applicable for large-sized firms only).


In accordance with (IAW) FAR 52.236-23, Responsibility of the Architect-Engineer Firm, the A-E Firm shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the Firm under this contract. The Firm shall, without additional compensation, correct or revise any errors or deficiencies in its designs, drawings, specifications, and other services. In accordance with DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Firm may perform any part or all of the supervision and inspection services for the construction contracts resulting from the A-E services, however, the A-E firm will not be responsible for the direct performance of the construction itself.


2.0 PROJECT INFORMATION


2.1 Description of Work.


General requirements outlined in the contract will be implemented by the Government's issuance of task orders under this contract. Specific requirements are expected to include, but will not be limited to the preparation of design criteria, architectural and engineering designs, specifications, design build request for proposals (RFPs), design-related analyses and studies, economic analyses and cost estimates for missile launch, radar, test, evaluation, administrative, training, tactical support facilities and various other facilities that may be required; new and rehab road work, utility work, security systems, and building systems work. Additional support may include Independent Technical Review (ITRs), bid support, environmental documentation, permits, special studies, and other environmental activities as required by federal, state and local laws and regulations; feasibility studies, value engineering, explosive safety site plans (ESSP), other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-builts, engineering and design during construction, and construction phase services.


Improvements that occur as a result of the evolution of weapon system design may drive modifications to the existing sites to assure operational conformity. Work requirements will be defined in the base contract as well as in specific Scope of Works (SOW) included in subsequent Task Orders (TO).


The firm shall be responsible for accomplishing designs and preparing drawings using computer-aided design (CAD) and building information modeling (BIM) technologies delivering the three-dimensional drawings in MicroStation software, electronic digital format, if applicable. However, if another format is required on a specific Task Order any additional costs would be negotiated at that time. Specifications shall be processed and delivered in SpecsIntact software configuration. Final drawings and specifications shall be delivered in a format compatible with Corps of Engineers electronic bidding system. The Government will only accept the final product that is fully operational, without conversion or reformatting. Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES, Second Generation (MII) version). Work shall be submitted in hard copy format as well as digital. Record drawings shall also be submitted in reproducible hard copy format.


IAW FAR Part 16.505(a)(8)(ii) and DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Government may request that the Firm perform any part or all of the supervision and inspection services for the construction contract.


In accordance with FAR 36.209, the A-E Firm and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction contracts that relate to any A-E Task Orders awarded under this contract. Potential Organizational Conflicts of Interest (OCIs) are also governed by FAR subpart 9.5.


2.2 Location of Work. The program involves A-E services to support the BMD Program at diverse locations throughout the Contiguous United States, Alaska, Hawaii, US Territories and possessions and other Missile Defense Installations. BMD A-E services may also be required to support BMD in the following geographic areas: USACE Transatlantic Division (TAD), North Atlantic Division (NAD), and Pacific Ocean Division (POD) such as Europe, Asia, and Australia. Services within TAD, NAD or POD that are outside of the Contiguous United States, Alaska, Hawaii, US Territories and possessions (1) will not result in any final drawings under this contract which require licensing in the host country and (2) will be performed at the Contractor's United States Place of Performance with the exception of site visits for fact-finding, consultation, and information gathering.


2.3 Cost Accounting Standards (CAS) Disclosure Statement. The A-E shall provide the Cost Accounting Standards Board Disclosure Statement required by Public Law 100-679. Describe the A-E's cost accounting practices as well as any Joint Ventures or Subcontractor cost accounting practices. Accounting system approval is per FAR 16.104(i) & 16.301-3(a)(3). The CAS Disclosure Statement shall be used to determine the cost accounting adequacy.


2.4 Security Considerations. The A-E prime firm shall have, or demonstrate the ability to obtain, a Facility Clearance at the Secret level and shall demonstrate the ability to obtain secret security clearances as well as store and process classified material in accordance with Executive Order #12958.


3.0 SELECTION CRITERIA: The source selection process will utilize streamlined source selection procedures IAW EP-715-1-7 and will be structured and executed IAW the strategy presented within the acquisition plan and the approved selection plan. The source selection process for this acquisition will evaluate the following primary selection criteria.


The firms that demonstrate higher aggregate qualifications relevant to the primary selection criteria are considered to be the most highly qualified firms. Secondary selection criteria will not be considered prior to the interviews in determining which firms are most highly qualified.
Sufficient firms must be recommended to ensure that at least two most highly qualified firms remain "in reserve" when negotiations commence on the final contract. If two or more firms are technically equal, the secondary criteria will be used as "tie-breakers" and the final ranking of firms will be decided after interviews are conducted. Negotiations will take place with the most highly qualified firms. Primary and secondary evaluation criteria are identified in the approved source selection plan and are included in this public announcement.


The source selection process for this acquisition will utilize the following selection criteria.


a. Primary:
1.) Specialized Experience and Technical Competence
2.) Professional Qualifications
3.) Past Performance
4.) Capacity
5.) Knowledge of Localities


b. Secondary:
6.) Small Business and Small Disadvantage Business Participation
7.) Volume of DoD Contract Awards


3.1 Primary Selection Criteria


3.1 Primary Selection Criteria


3.1.1 Specialized Experience and Technical Competence (Criteria 1): The A-E Team (including Prime and Key Subcontractors) shall provide examples of at least three (3) but no more than eight (8) projects that demonstrate recent and relevant experience for the following sub-criteria (1-2). Recent experience is experience-preparing designs that were completed in the last ten (10) years from the date of this announcement. Greater consideration will be given to designs from which construction has been completed. Relevant experience is experience similar in size, complexity, and scope of this requirement. Example projects shall clearly state what specific role the firm and or key subcontractors (i.e. any subcontractor which equals 10% or more of the prime contract) had including the names of the key personnel. The A-E firm shall not submit a base contract IDC or multiple task orders as a project. Individual task orders from an IDC contract can be submitted as one project. The Government will consider only the first eight projects in the submission; any additional projects will not be evaluated. The submitting A-E firm shall submit an unconditional letter of commitment signed by all key subcontractors. (A key subcontractor is a subcontractor that will perform 10% or more of the work for this contract). A Sample Letter of Commitment is attached to this Synopsis.


Preference will be given for specialized experience and technical competence in the design of facilities in support of the deployment of the ballistic missile defense systems or designs demonstrating similar core competencies. Greater consideration will be given if an established relationship exists between the prime and subcontractors. The A-E teams' experience should demonstrate recent and relevant experience in each of the following sub-criterion.


(1) Specialized Experience and Technical Competence in the design of complex facility types and the application of specialized analytical techniques such as Failure Mode Effects Criticality Analyses (FMECA), Reliability, Availability and Maintainability (RAM) analyses, High-Altitude Electro Magnetic Pulse (HEMP) survivability, Anti-Terrorism Force Protection (ATFP), explosive safety site plans, protective construction to mitigate explosive effects, extreme environmental conditions, TEMPEST, SCIF, physical and electronic security systems, power plants, facilities in support of the Ballistic Missile Defense system, radar facilities, communication facilities, and intrusion detection systems requirements.

(2) The firm shall demonstrate their design quality control plan and management approach used successfully for one of the above examples and also submit a brief plan tailored to this procurement. Specifically, the firm should demonstrate how they maintained the quality of the design, stayed on schedule, and controlled costs including designing to pre-defined construction cost limitations on one of the submitted projects. The firm shall also provide a comprehensive description of how the management and Quality Control process proposed for this procurement will be executed.


3.1.2 Professional Qualifications (Criteria 2): The submitting A-E firm shall provide a Certificate of Authorization (or equivalent) to demonstrate that it is permitted by law to practice the professions of architecture and or engineering work in at least one state, territory, or jurisdiction of the United States as required by FAR 36.601-4(b). Identify the professional qualifications and credentials of personnel in the key disciplines shown below that will be necessary for satisfactory performance of the required services. The Government will consider the qualifications; education; relevant and specialized experience; and training of licensed, registered, and or certified key personnel. Resumes shall be provided in SF-330, Section E for the key personnel in the following disciplines: project manager, and the lead in each of the following disciplines: architect, civil engineer, electrical engineer, mechanical engineer, environmental engineer, geotechnical engineer, structural engineer, fire protection engineer, and communication engineer. These key personnel (for the disciplines listed above) must currently be registered in their profession in at least one state (RA for architect, PE for each engineering discipline, and PMP for project manager). The SF330 submission shall clearly identify the lead in each of these disciplines, the type of registration, and in what state(s) they are registered. Additionally, resumes shall be provided in SF-330, Section E for the following individuals: (1) licensed, certified or registered quality assurance/quality control professional with experience on large design projects; (2) either a Certified Cost Engineer (CCE) or a Certified Cost Consultant (CCC) with demonstrated experience in MCACES; (3) scheduler with demonstrated successful construction field experience with Primavera; and (4) a licensed, certified, accredited, or registered Electronic Security System Designer. A resume shall also be provided in SF-330, Section E for an individual that is a LEED Accredited Professional (AP), which can be one of the personnel listed above. At least one key personnel should demonstrate experience with Anti-Terrorism/Force Protection requirements. At least one key personnel should demonstrate experience in protective construction to mitigate explosive effects. At least one key personnel should demonstrate experience in High-Altitude Electro Magnetic Pulse (HEMP). If a submitted key discipline personnel works for a subcontractor to the primary firm then they must show how long they have worked as a subcontractor with the primary firm and what part they played in project(s) submitted under 3.1 Specialized Corporate Experience and Technical Competence Criteria. Greater consideration shall be given to key personnel demonstrating participation in example projects submitted under 3.1 Specialized Corporate Experience and Technical Competence. The submitting A-E firm shall submit unconditional letters of commitment from key personnel not currently employed by the prime or key subcontractor. The evaluation of personnel will consider education, certifications, training, registration, overall and relevant experience, longevity with the firm, and specialized experience as required above.


3.1.3 Past Performance (Criteria 3): Past performance of the prime firm, key subcontractor(s), and Joint Ventures (JVs) shall be provided on recent (i.e. performed within the past five (5) years from the release of this announcement on contracts of similar size and complexity with special consideration given to those projects submitted under 3.1 Specialized Corporate Experience and Technical Competence Criteria. The submitting A-E firm shall provide a reference using the Past Performance Questionnaire (PPQ) (Appendix E) and or submit a final Past Performance Information Retrieval System (PPIRS) report. The submitting A-E firm is responsible for forwarding the PPQ to each past performance reference submitted under this synopsis. The submitting A-E firm should complete Blocks 1-4 of the PPQ and the client/customer completes Blocks 5-8 and the evaluation survey. The client and customer should return the PPQ to the firm to be submitted with the SF330 or send the PPQ directly to the Government. Contractor Performance Assessment Reporting System (CPARS) and or PPIRS may be queried for all prime, JV, and key subcontractors. In the event that adverse past performance information is obtained outside the PPIRS/CPARS query and the A-E firm did not have the opportunity to respond, the A-E firm will have the opportunity to comment if the firm is in the slate of firms selected for discussions IAW FAR 36.602-3(c) or if adverse past performance is the determining reason why the firm is not in the slate of the most highly qualified firms.


3.1.4 Capacity (Criteria 4): Demonstrate capacity or an effective organization structure, project team and quality management plan to accomplish up to an estimated eight (8) task orders simultaneously, with a value of $45K to $6M, in a one year period of time. Specifically, the offeror should describe its approach to rapidly ramping up/down as work load increases/decreases. The evaluation will consider the management approach, coordination of disciplines and subcontractors, and quality control procedures to complete the aforementioned projects.


3.1.5 Knowledge of the Locality (Criteria 5): Demonstrate capability to perform work for locations throughout the Continental United States, as well as Outside the Continental United States. Greater consideration shall be given to Firms demonstrating their capability to perform work for various, extreme and remote geographic locations with meeting international and host nation requirements, compliance with the Arms Export Control Act as implemented by the International Traffic in Arms (ITARS) regulations or Export Administration Requirement (EAR).


3.2 Secondary Selection Criteria


3.2.1 Small Business (SB) and Small Disadvantaged Business (SDB) Participation (Criteria 6):


Provide a plan describing the extent of participation of small businesses in the proposed contract team, measured as a percentage of the total estimated effort. All firms shall complete and submit the Small Business Participation Plan attached to the announcement. The small business participation percentages for this acquisition are as follows:


Small Business Participation Percentage
Small Business Category % of Total Acquisition Value
Small Business (SB) 15%
Small Disadvantaged Business (SDB) 6%
Woman-Owned Small Business (WOSB) 5%
*Historically Black Colleges And Universities (HBCU) and Minority Institutions (MI) N/A
*HUBZone Small Businesses (HUBZone) N/A
Veteran-Owned Small Business (VOSB) 3%
Service-Disabled Veteran-Owned Small Business (SDVOSB) 3%
*Even though there are no HBCU/MI targets, the offeror is encouraged to support these programs. The offeror will receive no strengths or weaknesses for the HBCU/MI programs.


3.2.2 Volume of DoD Contract Awards (Criteria 7): Volume of work awarded by DoD during the previous 12 months from date of announcement, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses.


4.0 Basis for Award, Base Indefinite Delivery Contract
This procurement for an A-E Services Contract will be procured IAW FAR Part 36.6 acquisition procedures and USACE Engineering Pamphlet 715-1-7. Source selection process will be IAW all applicable FAR, DFARS, and AFARS requirements. The award will be made to the "most highly qualified" Ballistic Missile Defense A-E firms based on demonstrated competence and professional qualifications and the negotiation of a fair and reasonable price. After the initial evaluation of qualifications has taken place to determine the most highly qualified firms, a solicitation (request for price proposal) will be issued to the most highly qualified firms. The Government will attempt to successfully negotiate A-E services contract with the most highly qualified firms. If, IAW FAR 36.6 and EP 715-1-7, negotiations are not successful with an A-E firm, negotiations will be conducted with the next most highly qualified firm, and so on, until the A-E IDC awards are made.


5.0 SUBMISSION REQUIREMENTS: The submitting A-E firm must be registered in the System for Award Management (SAM) to be eligible for award. The submitting A-E firm may register via the SAM internet site at http://www.sam.gov. SF-330 submission will be received until 1400 (2:00 p.m.) Central Time on 3 February 2017. IAW FAR 15.208(a)and 15.208(b), Submissions, Modification, Revision, and Withdrawal of Proposals - Offerors are responsible for submitting proposals, and any revisions, and modifications, so as to reach the Government office designated in this synopsis by the time specified in this synopsis. Any proposal, modification, or revision, that is received at the designated Government office after the exact time specified for receipt of proposals is "late" and will not be considered. A firm will not be considered if its SF 330 Part I is not signed, unless the SF 330 Part I is accompanied with a signed cover letter or a current signed SF 330 Part II. Interested firms having the capabilities to perform the work described above must submit seven (7) hard copies and one (1) PDF copy on a compact disc (CD) of the SF-330 Part 1 and SF-330 Part II for the prime and key subcontractor or JV Partners to the Contract Specialist at the following address:


US Army Engineering and Support Center
CEHNC-CT
ATTN: Ms. Velma L. Robinson and Ms. Felicia Culbertson
4820 University Square
Huntsville AL 35816-1822


All hard copy submissions shall be identical in content. The SF-330 Part I shall not exceed sixty (60) pages (8.5" x 11"), including no more than eight (8) pages for Section H. Each side of a sheet of paper is considered one page; use no smaller than 12-font type. Letters of Commitments, the Certificate of Authorization, the SBPP, and PPQs and/or final ACASS reports will not be counted in the 60 page limit. However, firms may use no smaller than 10 pt font on organizational charts, graphs, tables and matrices. Charts, graphs etc. may have only that amount of text to explain the item and shall not contain excessive text that circumvents the page and font limits. Pages that violate these limits will be removed from the packet and will not be evaluated. Include the firm's DUNS number in the SF-330, Part I, Section H. In Section H, indicate the estimated percentage of involvement of each firm (prime, key-subcontractors, and other subcontractors) on the proposed team. Facsimile or email transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Any JV Partnership must submit a signed and dated joint venture agreement as a part of the package.


This paperwork will not be included in the page count and should be provided as an attachment. This is not a request for proposal. Awards are anticipated to be made in the 2nd Quarter of FY17 or later.


 



Personally Identifiable Information (PII)


Submissions shall not include PII such as the following (not all inclusive): individual driver's license, medical reports, or any other documentation which may include a social security number (SSN), etc. The Contractor shall comply with the Privacy Act and all applicable agency regulations on individual privacy. If a submission is received with PII - those pages that include PII will be removed from the packet, destroyed, and will not be evaluated.


Hand carried submissions shall be delivered to the mailroom at the following address:


US Army Corps of Engineering (USACE)
Engineering & Support Center, Huntsville (HNC)
4820 University Square
Huntsville, Alabama 35816-1822


The mailroom entrance is located at the North side of the building and is clearly marked from the outside. The mailroom personnel will receive the packages, date stamp, x-ray as appropriate, and call the person identified on the package. The mailroom hours for deliveries are 0800-1500, Monday-Friday - excluding holidays. Hand carried submissions must be date stamped by the mailroom personnel by the specified due date and time. Facsimile or email transmissions will not be accepted.


Points of Contact (POCs)


Velma L. Robinson, 256-895-1946
Contract Specialist
Velma.L.Robinson@usace.army.mil


Felicia Culbertson, 256-895-1222
Contract Specialist
Felicia.E.Culbertson@usace.army.mil


Marvinia J. Adams, 256-895-1524
Contracting Officer
Marvinia.J.Adams@usace.army.mil


Potential firms are to post questions at www.projnet.org using bidder inquiry key 74FV6W-8VQDQR. The deadline for posting questions is 1400 (2:00pm) Central Time, 11 January 2017.
Attachments:
1. Sample Letter of Commitment for Key Personnel
2. Sample Letter of Commitment for Key Subcontractor(s) Personnel
3. Past Performance Questionnaire (PPQ)
4. Small Business Participation Plan (SBPP)
5. 50 State Licensure - 1st Edition January 2015
6. Sample Letter of Commitment for Key Subcontractor
7. BMD Statement of Work


Velma L. Robinson, Contract Specialist, Phone 2568951946, Email velma.l.robinson@usace.army.mil - Marvinia Adams, Contracting Officer, Email marvinia.j.adams@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP