The RFP Database
New business relationships start here

Architect/Engineer Services for up to five (5) Indefinite Delivery/Indefinite Quantity Contracts for Design Services within the Central Command (CENTCOM) Area of Responsibility (AOR)


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

1. CONTRACT INFORMATION: The proposed Indefinite Delivery Indefinite Quantity (IDIQ) contracts are to provide Architect-Engineer (A-E) services including all phases of design of renovation and new construction; from planning through preparation of final design/build packages and design/bid/build construction documents. Elements include, but are not limited to, project design, quality control, site investigations (topographic surveys, geotechnical subsurface investigations, environmental testing, and as-built research), planning and programming documentation, transportation planning, force protection, life safety, infrastructure investigation and design, Title II design support during construction, and subject matter expert support for all Transatlantic Middle East District (TAM) stakeholders throughout the U.S. Central Command (CENTCOM) Area of Responsibility (AOR) and for our Worldwide Mission customers. Preparation of design and construction documents includes incorporating applicable Unified Facility Criteria (UFCs), international codes, and local codes in the countries within the CENTCOM AOR (design standards, expectations, and culture). The CENTCOM AOR has 20 nations which stretches from Northeast Africa across the Middle East to Central and South Asia. It is comprised of the following countries: Afghanistan, Bahrain, Egypt, Iran, Iraq, Jordan, Kazakhstan, Kuwait, Kyrgyzstan, Lebanon, Oman, Pakistan, Qatar, Saudi Arabia, Syria, Tajikistan, Turkmenistan, United Arab Emirates, Uzbekistan and Yemen.


The U.S. Army Corps of Engineers, Louisville District Contracting Division (LDCD) intends to award in accordance with the Brooks A-E Act, as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6, up to five (5), A-E Design Services IDIQ contracts for Full and Open Procurement, with an estimated overall capacity of $230 million. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See Paragraphs 3 and 4 for general information on the A-E selection process. Up to five (5) awards may be issued up to one year from the date of the release of this date of synopsis. The period of performance for each IDIQ contract shall include one 12-month base period and four 12-month option periods, for an overall performance period of five years. Projects will be awarded by individual task orders. There is no minimum or maximum on the amount of individual task orders, except the overall contract value will not be exceeded. The total capacity may be used at any time throughout the life of the contract and the Government reserves the right to expend capacity in advance of the contract maximum period as necessary to meet operational needs.


Options will be exercised in accordance with FAR 52.217-9, "Option to Extend the Term of the Contract." Only firms who are committed to working on-site and in-country, either as the prime firm or with subcontractors, in all regions and areas within TAM's AOR, including Iraq and Afghanistan, will be considered for this solicitation. The North American Industrial Classification System (NAICS) code is 541330. Projected contract award date is April 2019 for the initial one-year period. It is the Government's intent to select a minimum of three (3) and maximum of five (5) contract awards under a single solicitation. Each contract will have a guaranteed minimum amount of $5,000.00 for each of the awarded IDIQ contracts. Work will be issued by task order, either cost-reimbursable, firm fixed-price or labor-hour. It is TAM's intent to issue most task orders as firm fixed-price actions. The task orders are anticipated to be equally distributed among the design firms; however, this distribution may change depending upon the changing needs and contingency environment of TAM's AOR. TAM's AOR has traditionally paralleled the CENTCOM AOR, which includes the Middle East, portions of Southwest and Central Asia, and portions of Africa. TAM's mission has further expanded to include several new worldwide programs, including the Center of Standardization for Contingency Standard Designs, the Technical Center of Expertise for Aircraft Hangar Fire Protection, and Satellite Communications. Based on TAM's newly acquired missions, it is projected that the Design Services A-E contracts will include all locations where TAM has been designated program manager. While the primary focus of this contract will be on work within the CENTCOM region, the A-E firm must be able to perform work throughout TAM's AOR, including the locations for TAM's newly acquired worldwide missions. The A-E firm must be willing to service locations worldwide including performing site visits. The A-E firm will be required to perform work in all countries located within TAM's AOR (CENTCOM). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM internet site at http://www.sam.gov.


NOTE: All firms shall be aware of the limitations of DFARS 236.602-70. This clause requires that A-E contracts funded by military construction appropriations that are estimated to exceed $500,000, and are to be performed in countries bordering the Arabian Gulf, can only be awarded to United States firms or to joint ventures of United States and host nation firms. TAM's AOR contains many countries that border on the Arabian Gulf such as Iraq, Kuwait, Qatar, Bahrain, United Arab Emirates (UAE), Oman and Saudi Arabia. In fact, the majority of the countries where TAM has a current presence and construction work border the Arabian Gulf. Consequently, while this acquisition is to be issued as competitively to allow for the greatest amount of competition among qualified A-E firms, it is noted that at least 50%, if not more, of the task orders to be awarded (and, consequently, a majority of the total dollar value of task order awards) under the new A-E IDIQ contracts will be limited to U.S. firms or joint ventures involving U.S. firms.


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: Primary facility designs may include, but are not be limited to, the following: A05 and A06 Airports including airport lighting and terminals and hangars; A09 Anti-Terrorism/Force Protection; B01 Barracks, Dormitories; D04 Design-Build-preparation of Requests for Proposal; D07 Dining Halls, Clubs, Restaurants; D08 Dredging Studies and Design; F01 Blast-Resistant Design; F03 Fire Protection; G01 Garages, Vehicle Maintenance Facilities; H01 Harbors, Jetties, Ship Terminal Facilities; H07 Highways, Streets, Airfield Paving, Parking Lots; H09 Hospital and Medical Facilities; M07 Missile Facilities; M08 Modular Systems Design, Pre-fabricated Structures or Components; O01 Office Buildings; P06 Planning (Site, Installation, and Project) ; P12 Power Generation, Transmission Distribution; R05 Refrigeration Plants/Systems; R06 Rehabilitation (buildings, structures, facilities); S03 Seismic Design and Studies; S04 Sewage Collection, Treatment and Disposal; S05 Soils and Geologic Studies-Foundations; S07 Solid Wastes, Incineration, Landfill; S09 Structural Design; S11 Sustainable Design; S13 Storm Water Handling and Facilities; U03 Utilities; W01 Warehouses and Depots; and W03 Water Supply, Treatment, and Distribution.


Secondary facility designs may include but are also not limited to B02 Bridges; C11 Community Facilities; C13 Computer Facilities; I01 Industrial Buildings, Manufacturing Plants; I03 Industrial Waste Treatment; I05 Interior Design; I06 Irrigation, Drainage; L01 Laboratories, Medical Research Facilities; P02 Petroleum and Fuel (storage and distribution); P08 Prisons; W02 Water Resources, Hydrology.


In addition to these design specific actions, the following experience categories (Profile Codes) are also part of this solicitation: C16 Construction Surveying; C18 Cost Estimating, Cost Engineering and Analysis, Parametric Costing; E03 Electrical Studies and Design; E09 Environmental Impact Studies; E12 Environmental Remediation; G04 Geographic Information System Services: Development, Analysis, and Data Collection and T04 Topographical Surveying and Mapping, V01 Value Analysis; Life Cycle Cost Analysis. Design services required may include preparation of plans, specifications, design analyses, planning and programming reports, and cost estimates associated with particular projects. The firms may be required to prepare record drawings from as-built annotations on contract drawings as received from construction contractors, conduct engineering investigations of existing field conditions and/or problems and report findings and recommendations, and prepare engineering studies before and during construction. Additionally, the contractor may be required to provide design phase services needed to assist the Government in achieving Leadership in Energy and Environmental Design (LEED) certifications for projects. The LEED certifications are in accordance with Annex G, Appendix 13 (SDD and LEED Process) (Engineering Technical Services Division) to OPORD 2018-01 (FY18 Transatlantic Division) (U) - G - 13. LEED requirements are provided by TAM customers. TAM expects to solicit a wide range of employment specialties to meet its needs, as well as to respond to changing mission requirements. Preparation of DD Form 1391 documents may also be required. The firm may be used to provide engineering Subject Matter Experts (SMEs) and consultants. It is anticipated that construction projects being supported by these services will include major military construction, as well as new infrastructure, infrastructure rehabilitation and reconstruction and environmental design actions.


The firms must show experience with and may be required to design using MicroStation V8i (SS4), Autodesk Revit 2018 or lower; Bentley Power InRoads (SS4) or Autodesk 3D Civil; AutoCAD (CAD output may be requested in dwg or dgn format); use Bentley's ProjectWise Explorer file management software and prepare construction cost estimates by computer utilizing Corps of Engineers, Microcomputer Aided Cost Estimating Systems/ MII, PACES, PC COST, Primavera P6 for project scheduling and other related systems.


The A-E contractor will be required to demonstrate knowledge and the ability to perform work in all countries located within TAM's AOR (CENTCOM). This will require a working understanding of all International Codes, Host Nation Requirement (design, construction and permitting) requirements, Status of Forces Agreement (SOFA), etc. as well as extensive knowledge of the UFCs that are assigned to the AE via AETOs. The incumbent's understanding of cultural traits of the host nations will be considered in the selection process as well. It is understood that for TAMs worldwide missions outside the CENTCOM AOR, the AE Firm will not be expected to know and understand all local & international codes worldwide, but will be expected to travel and work worldwide as specified by each task order requirements.


3. SELECTION CRITERIA: This acquisition is for A-E services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the FAR. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Following an evaluation of the qualifications and performance data submitted, up to five (5) firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Firms that show recent, relevant TAM, Department of Defense (DoD) or Department of State (DoS) design experience (within 5 years from date of synopsis), shall be given additional consideration in the selection process. The selection criteria for this solicitation are listed below, in descending order of importance. Criteria (a) through (h) are primary. Criteria (i) is secondary and will only be used as a 'tie-breaker' among firms that are essentially technically equal.


(a) The firm's current specialized experience and technical competence relative to the design services required under this announcement, i.e., knowledge of design of building envelopes, systems or facilities similar to those listed in Paragraph 2 (Project Information), above. Please note that firms must possess current experience and technical competence in the Experience Categories as listed in Paragraph 2 to be considered for selection. Additional consideration shall be given for a firm's specialized experience and technical competence that relates to the primary facility designs as follows: A05, A06, B01, H01, H07, and S05.


(b) The evaluation will consider the qualifications, availability and length of services of the firm's key U.S. Licensed or Registered Professional personnel in the following disciplines: project manager (Function Code 48), architect (06), civil engineer (12), cost engineer (18), electrical engineer (21), fire protection engineer (25), foundation/geotechnical engineer (27), landscape architect, Registered Communications Distribution Designer (RCDD), mechanical engineer (42), master planner (47), and structural engineer (57) in the design of facilities or systems similar to those listed in paragraph 2 (Project Information), above. Additional consideration will be given for personnel who have qualifications that support design actions for the primary facility designs noted. Additional consideration will be given to firms with greater numbers of employees within the Function Codes listed above, and to those with employees in the majority or all of the codes listed previously. Additional consideration will be given to firms that demonstrate that team members have worked together on representative projects submitted, and to firms that show recent, relevant TAM, DoD or DoS design experience (within 5 years from date of synopsis) on projects in the TAM AOR, shall be given more consideration in the selection process.

 *********AMENDMENT 0001*********
(c) Firms should demonstrate that they have the ability to successfully perform $20 million dollars of design services in any given year during the five year period beginning with the date of synopsis posting of this synopsis through self-performance, via a joint venture or partnership relationship, or with the assistance of subcontractors. Firms with greater capacity shall be given more consideration in the selection process.
*********AMENDMENT 0001*********

(d) Experience in TAM's AOR (within 5 years from the date of synopsis) with emphasis on the Middle East, will be rated higher than firms with experience only in the United States or other areas of the world. Firms that show recent, relevant TAM, DoD or DoS design experience (within 5 years from date of synopsis) within the TAM AOR, shall be given additional consideration in the selection process. Additional consideration will be given to offerors who provide prior experience between team members and/or sub-consultants working on the same projects included in SF330 Section G.


(e) The firm's Design Quality Management Plan (DQMP) for this solicitation (not longer than five pages) will be evaluated along with the clarity and conciseness of the material presented in response to this solicitation. The evaluation will consider the management capability, approach, coordination of disciplines and subcontractors for each major work breakdown item.

(f) Firms shall demonstrate their capability to sub-contract with Local Nationals from countries within the CENTCOM AOR and Third Country Nationals. Additional consideration will be given to offerors who provide prior experience between Local Nationals firms working on the same projects included in SF330 Section G.


(g) Past Performance: Past performance of the A-E, and key subcontractors on DoD, DoS and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from Past Performance Information Retrieval System (PPIRS) Contractor Performance Assessment Report System (CPARS) and other sources. Offerors may use the Past Performance Questionnaire (PPQ) template provided with this announcement for use in documenting past performance.


(h) Experience in using MicroStation V8i, AutoCAD, Bentley Architecture, Autodesk, Revit, Microcomputer Aided Cost Estimating Systems/ MII, PACES, PC COST, SpecsIntact, ProjectWise, and Primavera (P6) or MS Project will be considered. Experience in and knowledge of U.S. Government contracting processes, and U.S. Army Corps of Engineers, TAM design requirements are desired.


(i) Volume of DoD contract awards in the last 12 months from the date of synopsis with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms.

(j) 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 eight (8) hard copies and one (1) electronic copy on CD of the SF 330, Part l, and one (1) 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. An 11 x 17 sheet may be used, but each printed side will count as two (2) pages for the overall page count. The data on the CD shall not substitute for the hard copy submission.


Do not furnish 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 may submit a folded 11"x 17" organizational chart as part of their submission, and only this 11x17 will count as only one page.


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 22. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. civil engineer, planner, mechanical engineer, fire protection engineer etc.) on projects similar to those listed in Paragraph 2 of this solicitation. Additional consideration will be given for any individual who has years of experience in their role well beyond the minimum, and for having LEED BD+C registration. The project roles for which resumes shall be submitted are as follows:


1. Program Manager - registered engineer or architect, or regional equivalent, with a minimum of 20 years of experience.
2. Project Manager, Senior - registered engineer or architect, or regional equivalent, with a minimum of 20 years of experience.
3. Project Manager, Junior (2 individuals) - registered engineer or architect, or regional equivalent, with a minimum of 10 years of experience.
4. Civil Engineer, Senior - registered Civil engineer, or regional equivalent, with a minimum of 20 years of experience.
5. Civil Engineer, Junior (2 individuals) - registered Civil engineer, or regional equivalent, with a minimum of 10 years of experience.
6. Architect, Senior - Registered Architect, or regional equivalent, with a minimum of 20 years of experience.
7. Architect, Junior (2 individuals) - Registered Architect, or regional equivalent, with a minimum of 10 years of experience.
8. Electrical Engineer, Senior - registered Electrical engineer, or regional equivalent, with a minimum of 20 years of experience.
9. Electrical Engineer, Junior (2 individuals) - registered Electrical engineer, or regional equivalent, with a minimum of 10 years of experience.
10. Mechanical Engineer, Senior - registered Mechanical engineer, or regional equivalent, with a minimum of 20 years of experience.
11. Mechanical Engineer, Junior (2 individuals) - registered Mechanical engineer, or regional equivalent, with a minimum of 10 years of experience.
12. Structural Engineer, Senior - registered Structural engineer, or regional equivalent, with a minimum of 20 years of experience.
13. Structural Engineer, Junior (2 individuals) - registered Structural engineer, or regional equivalent, with a minimum of 10 years of experience.
14. Geotechnical Engineer, Senior - registered Geotechnical engineer, or regional equivalent, with a minimum of 20 years of experience.
15. Geotechnical Engineer, Junior (2 individuals) - registered Geotechnical engineer, or regional equivalent, with a minimum of 10 years of experience.
16. Fire Protection Engineer, Senior - registered Fire Protection engineer, or regional equivalent, with a minimum of 20 years of experience.
17. Fire Protection Engineer, Junior - registered Fire Protection Engineer, or regional equivalent, with a minimum of 10 years of experience.
18. Landscape Architect, Senior - registered Landscape Architect, or regional equivalent, with a minimum of 20 years of experience.
19. Landscape Architect, Junior - registered Landscape Architect, or regional equivalent, with a minimum of 10 years of experience.
20. Master Planner - Certified Planner, or regional equivalent, with a minimum of 15 years of experience.
21. RCDD - Registered Communication Distribution Designer - registered engineer with RCDD certification and a minimum of 15 years of experience.
22. Cost Engineer - Individual with a Certified Cost Professional (CCP), Certified Estimating Professional (CEP), CCE (Certified Cost Estimator) or Certified Cost Engineer/Consultant (CCE/CCC) certification and a minimum of 15 years of cost estimating experience.

**********AMENDMENT 0001**********
SF330 Section F: Of the up to ten (10) projects included in SF330 Section F, projects must have the design phase complete within the 5 years prior to the due date of
this synopsis. Design Complete is mean the designs are 100% complete, accepted as Ready to Advertise by the procuring Agency and the construction contract is in the in the award process. An IDIQ contract may be submitted only if a single task order could be considered similar to this project. Task orders must be submitted individually, and may not be combined in order for the project to be considered similar.
**********AMENDMENT 0001********** 

SF330 Section H: In SF330 Section H, each offeror shall present a brief Quality Management Plan including an explanation of the firm's management approach; management of sub-consultants (if applicable); quality control procedures (for all submittals, including electronic documents); procedures to ensure 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 Quality Management Plan shall also include a Capacity Narrative describing the offeror's ability to complete the work with available resources.


Additionally, indicate the estimated percentages involvement of each firm on the proposed team. 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.


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 and Small Disadvantaged Business Subcontracting Plan will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330.

Bidder Inquiries:


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 2XIMRY - H47VEV.


Offerors will receive an acknowledgement of their question via email, followed by an answer to the question after it has been processed by the TAM's technical team.


Note that offerors may submit only one question per inquiry. All inquiries containing multiple questions will be rejected. Only questions pertaining to the Design Services Indefinite Delivery Contract will be entertained.


ProjNet will be unavailable for new inquiries during the last 5 calendar days prior to the date of synopsis due date to ensure adequate time is allotted to respond to inquiries.


 


Marcel D. Hull, Contract Specialist, Email Marcel.D.Hull@usace.army.mil - Julie C. McLaughlin, Contract Specialist, Email julie.c.mclaughlin@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP