The RFP Database
New business relationships start here

Architect/Engineer Services for Nationwide Air Force Reserve Projects, and Other Military Projects Primarily within the Great Lakes and Ohio River Division Mission Boundaries


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

Title:
Architect/Engineer services for Nationwide Air Force Reserve projects, and other military projects primarily within the Great Lakes and Ohio River Division mission boundaries. The Louisville District Air Force Reserve mission is nationwide, including Puerto Rico and Hawaii.


Description:
1.) SYNOPSIS: This announcement is open to all small businesses. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services primarily for Air Force Reserve projects nationwide (including Hawaii, Puerto Rico, Guam, and American Samoa). 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 the total contract is $4,000,000. This is a five year contract, with no option years. The estimated construction cost per project is between approximately $3,000,000 and $50,000,000.


One firm will be selected, the top ranked firm will be awarded the contract. Award of the contract will be made within nine (9) months provided there is sufficient workload. If necessary, secondary selection criteria will be used as a tiebreaker between Offerors considered as technically equal. Estimated start date is March 2018.
In accordance with FAR 36.604 and the 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 Architect-Engineer Services.


2.) PROJECT INFORMATION: The selected offeror will be solely responsible for the designs that they produce, and will become the designer of record or Design-Build RFP preparer for each individual project on their contract. Projects may consist of military projects for the Air Force Reserve and other military customers of USACE Louisville District. Project task orders under this indefinite delivery/indefinite quantity contract may include some or all of the following types of building structures: training centers (which include administration, education, assembly, storage, special training and other support spaces); maintenance shops (which include work bays, administration, special training, storage and support spaces); stand-alone buildings (which include administration facilities, unheated storage, and direct support/general support warehouses/physical fitness centers/lodging facilities); hangars; indoor firing ranges; and other structures unique to Air Force Reserve facilities and military installations.


A/E services may consist of the following activities: preparation of construction solicitations for design-bid-build (complete design) projects and design build RFP's (request for proposal); concept level designs and engineering feasibility studies; military master planning; site investigation/assessment of existing conditions; value engineering services; engineering services during construction (shop drawing review, site inspection, etc.); design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; Guiding Principles for Sustainable Federal Buildings; construction cost estimates and schedules; technical studies/analysis in support of design for new construction and renovation; and comprehensive planning that is related to future construction requirements on military installations.


Additional A/E support services may include: civil site design; geotechnical studies; design of significant renovation of existing facilities; interior design services; environmental compliance; National Environmental Policy Act documentation; controlled waste and flammable storage design; asbestos, lead and PCB surveys and/or abatement; and utility investigations. Other A/E services beyond traditional design may include: site selection; American Land Title Association surveys; deed and title services; DD form 1391 development; facility assessments; updating Standard Design Criteria; development of standard designs and participation in value engineering workshops. Construction cost estimating will be accomplished for all design projects using the current generation and version of Micro-Computer Aided Cost Estimating System (MII) software (software and database is available from the Government for a nominal fee).
Unless otherwise specified, designs shall be performed using BIM technology, which utilizes computer aided design (CAD) technology with information loaded within three dimensional models. The A/E firm is responsible for the training and associated training costs for both primary and back-up BIM team members. Disciplines required for BIM are architecture, interior design, structural, mechanical, and electrical. BIM products will be produced in the current version of either the AECOSIM or 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.


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 will be given to offerors who provide individual team members who possess a current
LEED credential, and additional consideration will be given to offerors who provide a BIM manager with a bachelor's or master's degree in architecture, engineering or construction management.


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.


***AMENDMENT #001 ***
1. Use of Building Information Modeling (BIM)
2. Use of USACE CADBIM Policies and Procedures
3. Design/Build project design methodology
4. Design of anti-terrorism and force protection (AFTP)
5. Construction cost estimating using MCACES MII
6. Use of Specs Intact
7. Seismic Design
***AMENDMENT #001***


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 the firm's 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. Secondary Criteria
Number of relevant projects working with the Air Force Reserve Command within the last 10 years.


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. **Please no thumb drives will be accepted for the electronic copy of the proposal. Security protocols on government computers do not allow thumb drives to be read. ** 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. Dividers, bindings and cover sheets do not count against the total page count of the response to the RFP.


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 30. 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, etc.) on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below. Additional resumes beyond the numbers identified in the below listing will not be reviewed or evaluated.


1. Project Manager, Registered Architect or Professional Engineer, 10 Years
2. Architect Designer, Registered Architect, 10 Years
3. Architect Designer/Checker, Registered Architect, 10 Years
4. Civil Engineer Designer, Registered Professional Engineer, 10 Years
5. Civil Engineer Designer/Checker, Registered Professional Engineer, 10 Years
6. Structural Engineer Designer, Registered Professional Engineer, 10 Years
7. Structural Engineer Designer/Checker, Registered Professional Engineer, 10 Years
8. Mechanical Engineer Designer, Registered Professional Engineer, 10 Years
9. Mechanical Engineer Designer/Checker, Registered Professional Engineer, 10 Years
10. Electrical Engineer Designer, Registered Professional Engineer, 10 Years
***AMENDMENT #001***
11. Electrical Engineer Designer/Checker, Registered Professional Engineer, 10 Years
***AMENDMENT #001***
12. Geotechnical Engineering Designer, Registered Professional Engineer, 10 Years
13. Geotechnical Engineering Designer/Checker, Registered Professional Engineer, 10 Years
14. 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, 10 years
15. Interior Designer 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, 10 years
16. Registered Communication Distribution Design (RCDD), Designer, 10 years
17. Registered Communication Distribution Design (RCDD), Designer/Checker, 10 years
18. Landscape Architect, Registered Landscape Architect, 10 years
19. Cost Engineer: Certified Cost Engineer (CCE), Certified Cost Consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering), 10 Years
20. BIM Manager, No Certification Required, 3 Years
21. Registered Fire Protection Engineer, 10 year
***AMENDMENT #001***
22. Registered Fire Protection Engineer/Checker, 10 years
***AMENDMENT #001***


SF330 Section F:
For all projects included in SF330 Section F, construction must be substantially complete within the last 7 years. Substantially complete is defined as when the project and /or facility can be used for its intended purpose. Of the up to ten projects included in SF330 Section F, a minimum two of the projects must be design/build request for proposal preparation or fully designed by the offeror. An IDIQ contract shall NOT be provided as a single project but projects designed under a specific task order under an IDIQ contract can be submitted for consideration.


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 including an explanation of the firm's management approach; management of sub-consultants (if applicable); quality control procedures (for plans, specification, design analysis and electronic documents); procedures to insure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub-consultants). The Design Quality Management Plan shall also include a Capacity Narrative describing the offeror's ability to complete multiple projects simultaneously with available resources.


Also in Block H indicate the estimated percentages involvement of each firm on the proposed team or describe the type of work and roles the prime and subcontractors will perform under this contract. It is the responsibility of the Prime Contractor to comply with FAR 19.508(e) and 52.219-14. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime firm. The 50% self-performing requirement will be based on the contract as a whole.


Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 4:00 p.m. local time on 18 January 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: April Judd 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202.


Contracting Office Address:
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202


OFFEROR'S QUESTIONS AND COMMENTS
Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.ProjNet.org/ProjNet. As noted below, offerors shall not submit their proposals via ProjNet. Offerors shall submit their proposals in accordance with the provisions stated in the solicitation.


To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into
system.


The Solicitation Number is: W912QR18R0015


The Bidder Inquiry Key is: 3SBQ3D-DZ5VJ8


Specific Instructions for ProjNet Bid Inquiry Access:
1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
2. Identify the Agency. This should be marked as USACE.
3. Key. Enter the Bidder Inquiry Key listed above.
4. Email. Enter the email address you would like to use for communication.
5. Select Continue. A page will then open stating a user account was not found and will ask you to create one
using the provided form.
6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.
7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.
Specific Instructions for Future ProjNet Bid Inquiry Access:
1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in.
2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
3. Identify the Agency. This should be marked as USACE.
4. Key. Enter the Bidder Inquiry Key listed above.
5. Email. Enter the email address you used to register previously in ProjNet.
6. Select Continue. A page will then open asking you to enter the answer to your Secret Question.
7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system.


From this page you may view all bidder inquiries or add an inquiry.


Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.


Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.


The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.


Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids/proposals.


NOTES:
1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation.


2. Government responses to technical inquiries and questions relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the solicitation governs. Any changes or revisions to the solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary.


The ability to enter technical inquiries and questions relating to proposal procedures or bonds will be disabled five (5) days prior to the closing date stated in the solicitation. No Government responses will be entered into the ProjNet system within two (2) days prior to the closing date stated in the solicitation.


Attachment 1: Past Performance Questionnaire (PPQ)


 


 


April C. Judd, Email april.c.judd@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP