The RFP Database
New business relationships start here

Architect Engineering Services - AFRICOM



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

Announcement for W912GB-17-R-0021

INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) ARCHITECT ENGINEERING CONTRACT WITHIN AFRICOM AOR



1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU).


2. NAICS: NAICS Code 541330 - Engineering Services.


3. PLACES OF PERFORMANCE: All countries in the U.S. Africa Command (AFRICOM) area of responsibility (AOR), which includes: Burkina Faso; Central African Republic; Democratic Republic of São Tomé and Príncipe; Democratic Republic of the Congo; Federal Democratic Republic of Ethiopia; Federal Republic of Nigeria; Federal Republic of Somalia; Gabonese Republic; Islamic Republic of Mauritania; Islamic Republic of The Gambia; Kingdom of Lesotho; Kingdom of Morocco; Kingdom of Swaziland; Libya; People's Democratic Republic of Algeria; Republic of Angola; Republic of Benin; Republic of Botswana; Republic of Burundi; Republic of Cabo Verde; Republic of Cameroon; Republic of Chad; Republic of Côte d'Ivoire; Republic of Djibouti; Republic of Equatorial Guinea; Republic of Ghana; Republic of Guinea; Republic of Guinea-Bissau; Republic of Kenya; Republic of Liberia; Republic of Madagascar; Republic of Malawi; Republic of Mali; Republic of Mauritius; Republic of Mozambique; Republic of Namibia; Republic of Niger; Republic of Rwanda; Republic of Senegal; Republic of Seychelles; Republic of Sierra Leone; Republic of South Africa; Republic of South Sudan; Republic of the Congo; Republic of the Sudan; Republic of Uganda; Republic of Zambia; Republic of Zimbabwe; State of Eritrea; Togolese Republic; Tunisian Republic; Union of the Comoros; United Republic of Tanzania. The following countries will be considered key areas of performance: Burkina Faso, Federal Republic of Nigeria, Kingdom of Morocco, People's Democratic Republic of Algeria, Republic of Benin, Republic of Botswana, Republic of Cameroon, Republic of Chad, Republic of Djibouti, Republic of Ghana, Republic of Kenya, Republic of Niger, Republic of Senegal, Republic of Sierra Leone, Republic of Uganda, Togolese Republic, United Republic of Tanzania.


4. CONTRACT INFORMATION:
The USACE NAU hereby solicits for a General A-E Services IDIQ to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.


Total Value of Contracts: The cumulative total of all Task Orders for the base and all option periods shall not exceed $9,000,000.00. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP). The minimum task order amount will be $5,000. No one Task Order shall exceed $2,500,000.00.


Performance Period: The contracts will include a base period of three (3) years and two (2) 1-year option periods, for a total contract performance period not-to-exceed five (5) years.


Anticipated Award: The anticipated award is July 2017.


Small and Small Disadvantaged Business requirements are waived for this project due to its location in Africa.


The Government reserves the right to award an additional contract from the solicitation within one year from the first contract's award date.



5. PROJECT INFORMATION:
Multi-disciplined A-E services are required to 1.) Provide complete design services for infrastructure projects in developing countries. 2.) Evaluate and report on the feasibility, scope, and relevance of engineering proposals prepared and submitted by developing countries. 3.) Evaluate and report on the engineering technical merit of project proposals with respect to local design standards and costs. 4.) General oversight and monitoring of projects during design and construction to ensure fidelity and integrity between the approved project proposal and the project ultimately implemented, including project tasks and associated funding. 5.) Provide analytical assessments and recommendations on measures to enhance sustainability of the proposed projects and develop appropriate institutional framework and work plans for efficient and cost-effective implementation, 6). Undertake environmental and social reviews and/or assessments on the proposed projects. Typical infrastructure projects may be of the following type:


a. Water Resource Management/Bulk Water Supply: Management and development of water resources; dams; watershed management; wetlands, coastal water quality and management.
b. Transport. Construction or rehabilitation of urban and rural roads, seaports, airports and railroads.
c. Water and Sanitation: rural and urban water supply and sanitation systems; wastewater treatment facilities; solid waste including sanitary landfills.
d. Irrigation Systems: including canals (gravity, primary, secondary, tertiary), pumping stations, reservoirs, drainage systems.
e. Energy and Power. Resource development; electrical generation (conventional or alternative energy); overhead and submarine transmission and distribution; rural electrification; biofuels and associated infrastructure; central heating systems; gas (natural or coal be methane) supply, processing and distribution; oil and gas exploration and production.
f. Industrial. Industrial parks, agricultural processing facilities and zones.
g. Institutional Facilities. Vertical structures such as schools, hospitals, health centers, housing, animal care facilities, offices, visitor centers, courts, etc.


6. SELECTION CRITERIA:
The selection criteria listed below are in descending order of importance. The above mentioned Places of Performance and Project Information will be considered in evaluation of all criteria.


a. Specialized Experience and Technical Competence: Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, key subcontractors and/or free-lance associates. The Offeror shall submit a maximum of six projects total, all six projects must be completed within the last six years, from the date of this solicitation and must be in the types of projects specifically indicated above in Paragraph 5, PROJECT INFORMATION. Projects must be at least 90% complete. If more than six projects are submitted, only the first six projects listed in the proposal will be evaluated. Each project example should include the following information: which prime firm, partner, consultant or key subcontractors executed the project, a description/narrative/ photos of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Projects should also list any key personnel that worked on the submitted projects. Indefinite-Delivery, Indefinite Quantity (IDIQ) Contracts, where numerous Task Orders are listed together, are not acceptable as projects. Rather each Task Order would be considered a project.



If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required. The letter of commitment MUST be signed by both parties to be considered and an English version/translation must be provided. Please see the attached example Letter of Commitment (Attachment 1). If the Letter of Commitment is not submitted or signed by both parties, the Experience of the subcontractor will not be considered.


The Government will evaluate the specialized experience of a firm on similar projects and technical capabilities (such as design quality management procedures, CADD/BIM, equipment resources, and laboratory requirements) of the prime firm and any subcontractors. Offerors who demonstrate experience in more than one, or all, places of performance may be deemed more highly qualified. The effectiveness of the proposed project team (including management structure; coordination of disciplines, office and/or subcontractors; and prior working relationships) may also be examined.


b. Professional Qualifications: The A-E firm must identify the qualifications of personnel in the following key disciplines: Project Manager, Architect, Civil Engineer, Electrical Engineer, Structural Engineer, Mechanical Engineer, Cost Engineer, Construction Management, Geotechnical Engineer, Resettlement Specialist, and Institutional Specialist.


The Government will evaluate and consider the education, training, certification, overall and relevant experience and longevity with the proposed team for all the key personnel proposed. Submittals should demonstrate that the firm's staff is capable of certifying that all work is in compliance with the host nation laws and regulations.


c. Past Performance: Past performance of the A-E, joint venture, partners, and key subcontractors on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from the Past Performance Information Retrieval System (PPIRS), Past Performance Questionnaires (PPQs) and other sources. Firms may submit CPARS, PPIRS or PPQs for past performance. The PPQ, (Attachment 2) included in the synopsis is provided for the Offeror or its team members to submit to the client for each project the Offeror includes in its proposal for Factor a, Specialized Experience and Technical Competence. The PPQ, and only the PPQ, may be emailed directly to the contract specialist and contracting officer at email addresses listed below.


d. Management Plan: The Management Plan must address, at a minimum, the A-E's approach to project management, organization, lines of supervision and communication (including communication with the Government), coordination of disciplines and, if applicable, coordination with partners, joint venture partners, key subcontractor and consultants. The Management Plan must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process and the procedure to ensure high quality products and services within cost limitations and in strict compliance with performance scheduled. The Management Plan should also address the A-E's approach and ability to execute tasks in PLACES OF PERFORMANCE in the AFRCOM area of responsibility listed above. The submittal must include Blocks D and H of the SF 330.


The Government will evaluate the management plan, coordination of disciplines and subcontractors, quality control procedures, communication plans and prior experience of the prime firm and any significant subcontractors on similar projects.



e. Capacity: Capacity to perform approximately $2,500,000 in the required type of work within a one-year period.


The Government will evaluate and consider the availability of an adequate number of personnel in key disciplines. Firms must address and demonstrate capacity to execute multiple task orders simultaneously.


f. Knowledge of Locality: Knowledge of engineering and design in countries listed above within the AFRICOM area of responsibility as the firm shall be required to perform work in all countries in Africa. The firm must indicate which countries it is currently working, previously worked or has knowledge of the engineering and design requirements.


7. REQUESTS FOR INFORMATION:
Questions shall be submitted no later than 14:00 Central European Time on 31 January 2017, to allow the Government adequate response time. Questions submitted after this date will be answered at the discretion of the Contracting Officer. For any questions concerning the solicitation or preparation of your proposal, you may contact the Contract Specialist, Andrew Gonzalez and the Contracting Officer, Delos (Chris) Halterman, via email at andrew.e.gonzalez@usace.army.mil and delos.c.halterman@usace.army.mil.
All questions must be submitted in writing, and shall include the solicitation number for this procurement W912GB-17-R-0021 in the subject line. No questions will be acknowledged or answered verbally.


8. PROPOSAL SUBMISSION REQUIREMENTS:


Proposal Submission: A-E Firms that have the capability to perform this work are invited to submit one printed copy and one electronic copy of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, not later than the closing date of this announcement (located in paragraph 10, Due Date and Time). The electronic copy shall be on a CD included with the printed copy, and shall be in a searchable portable document format (.pdf).


Mailing address for paper copy and electronic copy CD are found in Section 9 SPECIAL NOTES.


The SF 330 Part I shall not exceed 75 pages (8.5-in x 11-in or A4), including no more than 20 pages for Section H. The Government will stop evaluating proposals on page 75 for the SF 330 Part I and page 20 for Section H. Each side of a sheet of paper is a page. Use font type no smaller than size 11. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/SF


The Government will not make assumptions concerning intent, capabilities, or experiences. Clear identification of proposal details shall be the sole responsibility of the Offeror. The proposal shall meet the following basic requirements.


a. The proposal shall be typed and submitted in English and easy to read.


b. Proposal shall be organized, concise, and tabbed. Each factor shall be described in a separate tabbed section.


c. The proposal shall identify the solicitation number, name, address, and telephone number of the prime Offeror on the cover.


d. Each volume shall contain a Table of Contents and include at the bottom left side of each page the volume and page number.


e. Offerors shall verify that the information for all forms submitted is current, correct and complete including names of the points-of-contact, email address, and telephone number.


f. Proposals shall completely and adequately address the requirements of this solicitation. Offerors are reminded that elaborate corporate marketing information, formatting, special reproduction techniques, etc., are not necessary.


g. Contractors are cautioned against submitting conditional proposals.


h. Failing to submit attachments or failing to complete the proposal properly, may result in rejection of the offer without further evaluation. Therefore, Offerors are urged to follow instructions and speak with the Contracting Officer if instructions are not understood.


Proposal Expenses and Pre-Contract Costs: The Request for Proposal (RFP) solicitation does not commit the Government to pay any costs incurred in the preparation and submission of a proposal or for any other costs incurred by any firm submitting a proposal in response to this solicitation.


Joint Ventures: An Offeror that is part of a Joint Venture must submit a legally binding joint venture agreement. The Government will not evaluate the capability of any Offerors that are not included in the Joint Venture agreement. Joint Ventures must include a copy of the legal joint venture agreement signed by an authorized officer from each of the firms comprising the Joint Venture with the chief executive of each entity identified and must be translated into English, if the original agreement is in a language other than English.


If submitting a proposal as a Joint Venture, the experience and past performance of each of the Joint Venture Partners can be submitted for the Joint Venture Entity. The experience for each Joint Venture Partner will be considered the experience of the Joint Venture entity. Joint ventures shall submit the following additional documentation regarding their business entities:


a. A copy of their Joint Venture agreement in English.


b. A detailed statement outlining the following in terms of percentages, where appropriate.


1) The relationship of the joint venture parties in terms of business ownership, capital contribution, and profit distribution or loss sharing.


2) The management approach of the joint venture in terms of who will conduct, direct, supervise and control the project and have custody and control of the assets of the joint venture and perform the duties necessary to complete the work.


3) The structure of the joint venture and decision-ranking responsibilities of the joint venture parties in terms of who will control the manner and method of performance of the work.


4) The bonding responsibilities of the joint venture parties.


5) Identification of the key personnel having authority to legally bind the joint venture to subcontracts and state who will provide or contract for the labor and materials for the joint venture.


6) Identification of party maintaining the joint venture bank accounts for the payment of all expenses and the deposits of all receipts, keep the books and records, and pay applicable taxes for the joint venture.


7) Identification of party furnishing the facilities, such as office supplies and telephone service.


8) Identification of party having overall control of the joint venture.


Other sections of the proposal shall identify, where appropriate, whether key personnel are employees of the individual joint venture parties and identify the party, or hired as employees of the joint venture.


If one of the joint venture parties possesses relevant experience and/or past performance, the experience and/or past performance of that firm will be considered as the experience and/or past performance of the joint venture.


A complete and legally binding document with all the information required under this section titled "Joint Ventures" shall be included.


*** The Joint Venture Agreement must be signed and submitted. A signed English translation must also be provided***


Key Subcontractors: If an Offeror wishes to be credited with the experience of a key subcontract or supplier (i.e., a firm that is not the prime contractor part of the Joint Venture) a letter of commitment signed by the Key Subcontractor and the prime contractor shall be submitted. The commitment letter shall be submitted even if the firm is in some way related to a Joint Venture Partner (for example, the Key Subcontractor is subsidiary of a Joint Venture Partner, or a subsidiary of a firm to which the Joint Venture partner is also a subsidiary). Letters of commitment must unequivocally state that a key subcontractor or firm will perform for the purpose that its experience is being submitted. If a letter of commitment is not submitted, the experience associated with that Key Sub, will not be considered.


Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission such as prices, as this is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal.


9. SPECIAL NOTES:


a. PAPER COPY and CD PROPOSAL: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advised. Firms responding to this announcement are requested to inform one of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed.


Submissions shall be received at the following address by the date and time on the AE Announcement. No facsimiles with the exception of Attachment Two (2), Past Performance Questionnaires, are permitted.


1) For U.S. Military postal service:
Commander
U.S. Army Corps of Engineers, Europe District
ATTN: CENAU-CT (Gonzalez)
CMR 410, Box 7
APO AE 09049


2) For German postal service:
Commander
U.S. Army Corps of Engineers, Europe District
ATTN: CENAU-CT (Box 7/Gonzalez)
Konrad-Adenauer-Ring 39
65187 Wiesbaden, Germany


b. ELECTRONIC COPY PROPOSAL: Electronic copy CD shall be included with printed copy proposal. Proposal submission shall be submitted by the date and time indicated below in Section 10, or as amended. No facsimiles or regular e-mail submissions of proposals, with the exception of Attachment Two (2), Past Performance Questionnaires, are permitted. Proposal Receipt Confirmation Points of Contact are listed below.


c. AMENDMENTS: Any amendments to the synopsis/solicitation will be posted on FBO and include an amendment acknowledgement sheet which must be submitted with the proposal.


10. DUE DATE AND TIME:
Proposals are by 14:00 Central European Time on 14 February 2017.


11. POINTS OF CONTACT for additional information:
a. Andrew Gonzalez, Contract Specialist, PRIMARY point of contact
E-mail: andrew.e.gonzalez@usace.army.mil
Phone: +49-611-9744-2582 (outside Germany); (0)611-9744-2582 (within Germany)
Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany)


b. Delos C. Halterman, Contracting Officer
E-mail: delos.c.halterman@usace.army.mil
Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany)


12. ATTACHMENTS
a. Attachment 1: Letter of Commitment sample/template
b. Attachment 2: Past Performance Questionnaire (PPQ)


 


Andrew E Gonzalez, Contract Specialist, Email Andrew.E.Gonzalez@usace.army.mil - Bjorn T. Hale, Contract Specialist , Phone 49061197442301, Email bjorn.t.hale2@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP