The RFP Database
New business relationships start here

Architect-Engineer (A-E) Indefinite Delivery Contracts for Department of Defense Education Activity (DoDEA) Design Center Program


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

Multidiscipline Design and/or other Professional Services are being procured in accordance with the Brooks Architecture-Engineering Act (Brooks A-E Act), 40 U.S.C. § 1101 et seq., and FAR Part 36.6, as required for planning, design and construction phase services in support for the Department of Defense Education Activity (DoDEA) which consists of projects within the Continental United States and its Trust Territories, Cuba, Europe, Japan, and Korea. Upon approval by the Contracting Officer and acceptance by the Contractor, contract capacity may be shared with others provided the proposed work is in support of planning, design and construction phase services for the Department of Defense Education Activity (DoDEA). Work may include but not be limited to any or all of the following: design, drafting, planning, military construction programming, cost estimating, topographic or boundary surveys, on site construction management, shop drawing reviews, preparation of Requests for Proposals (RFPs) for Design/Build Projects, energy reduction studies, independent technical reviews, various engineering studies, site investigations, value engineering services, subsurface geotechnical investigation, testing, and reports, design services for new construction and/or renovation, demolition, and alterations of existing facilities, environmental studies, testing and reports, hazardous materials testing, abatement, and other design services. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers.

The Government has the option to award more than one contract from this solicitation. The number of contracts actually awarded will determine the final maximum capacity of each IDIQ contract, but in no case will the total maximum capacity of all awarded IDIQ contracts combined exceed $60M. The proposed contract(s) will be a negotiated firm, fixed-price Indefinite Delivery Indefinite Quantity Contract (IDIQ). Each contract will be issued with a five (5) year base period. Each IDIQ contract will require the Government to order and the contractor to furnish a minimum of $5,000.00 of A-E Services. Prior to award, the Government will negotiate an inflation rate of which will adjust for inflation the IDC rates every twelve (12) months during the life of the contract. Funding shall be cited on individual task orders.


Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services.


If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: (1) qualifications to perform the work for each task order, (2) current capacity and ability to accomplish the order in the required time, and (3) equitable distribution of work among the contractors. Price will not be used as a criterion.


This announcement is open to all businesses regardless of size. If a large business firm is selected for negotiation, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan for that part of work it intends to subcontract. The plan is not required as part of responses to this synopsis, although a narrative discussion, as described in paragraph (h) of the selection criteria, is required.  Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must self-represent as a Small Disadvantaged Business and register their business in the System for Award Management (SAM).  The firm must understand the SBA eligibility criteria for SDBs which includes that the firm must be 51% of more owned and controled by one or more disadvantaged persons; the disadvantaged person or persons must be socially disadvantaged and economically disadvantaged; and the firm must be small, according to SBA's size standards.  Failure of a proposed small disadvantaged business to be  registered in SAM at the time the responses are submitted will result in their elimination as a proposed subcontractor; therefore the prime contractor will not get credit for them as a small disadvantaged.  The Service Contract Act will apply to this acquisition. To be eligible for contract award, firms must be registered in the System of Award Management (SAM). Register via the SAM Internet site at http://www.sam.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423.


Project Specific Information:


No specific projects are identified at this time. Subject to availability of funding, a minimum guarantee of $5,000.00 will be issued at the time of contract award should a seed project not be identified prior to award of the IDIQ(s). As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E Services are to be utilized for planning, design and construction phase services in support of the Department of Defense Education Activity (DoDEA).


The A-E shall be responsible for drawing preparation using computer-aided design and drafting (CADD) software or Building Information Modeling (BIM) software, as required by the specific task order. All drawings produced for this contract shall be in compliance with the A/E/C CADD standards as issued by the CADD/GIS Technology Center (http://tsc.wes.army.mil/products/standards/AEC/intro.asp). The Government will only accept the final products, without conversion or reformatting, in the Autodesk suite of software (AutoCAD or Revit). Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with AutoCAD electronic digital format. GIS information shall adhere to the Tri-Service Spatial Data Standards. Design Analysis and any other reports shall be prepared using MS-Word (.docx). Specifications shall be prepared using SPECSINTACT software. Cost estimates shall be prepared using MII software in work breakdown structure (WBS), narrative documentation utilizing Microsoft Office Word. Firms will also be required to provide documents in .pdf format. The contract requires that the selected firm have on-line access to E-mail via internet for routine exchange of correspondence.


All services shall be performed in accordance with DoDEA Education Specifications, Norfolk District Design Guide or applicable Construction Agent Design Guides , as well as, all applicable codes and criteria required for Government work. Facilities shall be fully accessible to meet the requirements of ADAAG and all applicable laws, codes and regulations pertinent to accessibility. All work shall be performed in accordance with Federal Acquisition Regulation (FAR) (https://www.acquisition.gov/FAR/). Designs will be prepared using US standard English units of measure, unless otherwise noted. ProjNet (DrChecks) (https://www.projnet.org) will be used for comment resolution of all design review submittals.


Selection Criteria:


Selection criteria (a) through (e) are primary selection criteria. The selection criteria (a) through (e) are listed below in descending order of importance (e.g., selection criteria outlined in Specialized Experience and Technical Competence will have greater weight than the selection criteria outlined in Professional Qualifications, etc.). Furthermore, for selection criteria (a) (Specialized Experience and Technical Competence) ONLY, sub-criteria are listed in descending order of importance (e.g., sub-criteria (a) (1) will have greater weight than sub-criteria (a)(2), etc.). This order of importance for sub-criteria is applicable ONLY to selection criteria (a) (Specialized Experience and Technical Competence).


Selection criteria (f) through (g) are secondary criteria that are considered technically equal (e.g., weighed equally) and will only be used as a tie-breaker among firms that are essentially technically equal for the primary selection criteria (a) through (e).


Recent experience of subcontractors may be submitted to demonstrate applicable experience and competence provided that the nature and extent of all contractor team arrangements are identified and disclosed. Contractors should describe the nature and extent of prior teaming experience with the proposed subcontractors. The Contractor may submit a maximum of 10 projects for consideration.


(a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE:



(1) Demonstrate recent (within the last 5 years) experience by the prime firm and its subcontractors which illustrate capability and experience designing primary and secondary educational facilities (elementary/middle/high schools). Demonstrate awareness of educational trends and how facility design can support a dynamic and flexible curriculum. Explain how your innovative school designs support a student centered education, specifically differentiated instruction, multiple modalities, blended learning, and provide for problem-based learning.



(2) Demonstrate recent (within the last 5 years) experience by the prime firm and its subcontractors which illustrate capability and experience designing projects using clear span or similar construction methods to allow large, open, flexible spaces and incorporate fully integrated acoustical rated operable wall partitions which contribute to the overall acoustical performance of the building. Higher weight will be given for demonstrating recent experience for this sub-criteria using educational facilities.


(3) Demonstrate recent (within the last 5 years) experience by the prime firm and its subcontractors which illustrate consideration of life cycle cost analysis in determining systems to be used as a basis of design and included for construction.


(4) Demonstrate recent (within the last 5 years) experience by the prime firm and its subcontractors with regards to energy reduction initiatives for new and existing buildings, to include utilization of renewable energy systems. This experience should demonstrate expertise in the application of current technology and building systems as well as awareness of new technology available or being developed that might yield greater energy savings, with a reasonable up front cost.


(5) Demonstrate recent (within the past 5 years) knowledge of high performance sustainable building design and development (SDD) practices including experience by the prime firm and its subcontractors with regard to implementation of federal mandates (including, but not limited to, EPAct 2005, EISA 2007, E.O. 13423, E.O. 13514, UFC 1-200-02) including certification procedures and energy modeling analysis.


(6) Demonstrate recent (within the past 5 years) experience in the design of facilities and infrastructure at military installations, paying particular attention to area architecture and conditions, utility systems, landscaping, interior design, value engineering, environmental issues and energy conservation strategies and sustainability focus. Include examples of both design-bid-build (D-B-B), and design-build (D-B) projects, and Sustainment, Restoration, and Modernization (SRM) type projects.


(7) Demonstrate recent (within the last 5 years) experience by the prime firm and its subcontractors which illustrate experience in a collaborative effort involving multiple A-E firms where design elements were proposed, discussed, and reviewed for applicability, suitability, cost effectiveness, and maintainability.


(8) Demonstrate the ability to prepare construction designs and submit drawings using Building Information Models (BIM) in the AutoDesk Suite of software utilizing AutoCAD and REVIT. Firms shall identify what software versions they are currently utilizing and provide a short history of the firm's adoption and use of BIM. History should include timeline and projects executed with BIM as well as narrative information.


(9) Demonstrate the ability to use government furnished programs such as Specsintact (specifications) and M- CACES/MII (cost estimate). Design Team members responsible for construction cost estimating must demonstrate prior experience in use of M-CACES/MII software. Demonstrate the ability to provide data files on CD or DVD, create CAL raster files and pointer file of all CAD drawings, create PDF files of specifications and other documents (This includes scanning documents where direct file conversion to .pdf is not possible), access the Internet and submit data by File Transfer Protocol (ftp) utilizing an ftp client.


The Government will consider recent and relevant projects less than 100% complete, however these projects will carry less weight than thoses that are 100% complete.

(b) PROFESSIONAL QUALIFICATIONS: Indefinite delivery contracts will require each A-E to provide the following (either in-house or through a sub consultant) capabilities listed below, at a minimum. Accordingly, each A-E is required to provide information sufficient to demonstrate professional qualifications as outlined below. Required personnel cannot fulfill more than one (1) role on the project team (i.e., a separate employee must be provided for each stated requirement in order to meet the number required). Submitting firms must demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Resumes must be provided for each of the personnel listed below. Repeat the resume page, as required, in order to provide information on all personnel referenced. Resumes for survey and drill crews are NOT required.


Submitting firms must provide responsive information for ALL of the following:

While the Government is not requiring licensing, registrations, or other cerfifications for the following individuals; greater consideration will be given to individuals that have these credentials.

One (1) Project Manager

One (1) Design Quality Manager


Three (3) Architects


One (1)  Landscape Architect


One (1) Architectural Hardware Specialist


Two (2) Interior Designer

Two (2) Electrical Engineers


One (1) Systems Engineer specializing in Communications

Two (2) Mechanical Engineers


Two (2) Civil Engineers


Two (2) Structural Engineers


One (1)  Fire Protection Engineer.

One (1) Environmental Engineer


One (1) Geo-Tech Engineer specializing in geo-technical analysis and reporting


One (1) soil boring and testing firm. 

One (1) Value Specialist.

Two (2) Cost Estimators or Cost Engineers.

One (1) Surveyor


One (1) professional in a Guiding Principles Compliance (GPC) assessment process


(c) CAPACITY: Ability to perform work to schedules. Firms will be evaluated on their ability to complete multiple taskings simultaneously. Firms shall: (a) show current and projected workload within the firm for at least the next 6 months from the date of this
solicitation; (b) address a plan for how they propose to accomplish up to four (4) simultaneous takings in addition to current and projected workload conditions; and (c) provide an organizational chart showing the inter-relationship of the various team members including subcontractors, only the organizational chart may be printed on a folded 11x17 sheet of paper.


(d) PAST PERFORMANCE: Firms will be evaluated in terms of work quality, compliance to schedules, and cost controls (with emphasis on projects submitted under factor (a)) as determined from PPIRS and other sources. Submit letters of commendation, awards, previous project evaluations, etc. to show past performance. Firms must provide a chart which demonstrates estimated construction cost versus actual award costs. Firms must also provide a chart which demonstrates actual schedule performance versus established milestones. More recent and relevant projects will be given more weight consideration than those that are less recent and relevant.


(e) QUALITY CONTROL PROGRAM: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. Describe and define the firm's program/processes for quality control and list the key personnel responsible for the quality control program. Quality control program information submitted shall address and identify the key relationship between safety and quality, particularly in respect to tasks which require site work and site investigations.


 (f) KNOWLEDGE OF LOCALITIES: Firms must demonstrate familiarity with (primarily, but not limited to) the geographical districts located within the Continental United States and its Trust Territories, Europe, Japan, Korea, Cuba and any other overseas areas where DoDEA facilities are located, and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. Information regarding DoDEA school districts and locations can be found on the DoDEA website. This site includes links to the three major areas (DoDEA-Americas, DoDEA-Europe, & DoDEA-Pacific). It is understood that this represents a wide range of conditions and locations. Information presented shall demonstrate general understanding with specific experience, as applicable.


(g) SMALL BUSINESS: ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for the extent of participation of small business, small disadvantaged business, historically black colleges and universities, and priority institution in the proposed contract team, measured as a percentage of the estimated effort. As a minimum, the narrative shall discuss all of the following contained in paragraphs a. through c. below:


a. Subcontracting goals development with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the Government's goals and policy in order to maximize opportunities for these types of businesses.  Norfolk District's small business goals are as follows:  SB = 33%, SDB = 19%, WOSB = 5%, SDVOSB = 4%, HUBZone = 3%.


b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institutions (HBCU/ MI) have been identified for participation as part of the offeror's team.


c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. If the selected firm intends to submit a plan with lesser goals, it must
submit written rationale in the plan why the above goals cannot be met.



Boards will only consider the following information: SF 330, as submitted or from ACASS; SF 330, with any required supplemental information; documented performance evaluations, such as from ACASS' DoD contract award data; and the information presented during the interviews of the most highly qualified firms prior to final selection. A board will not assume qualifications which are not clearly stated in a firm's submission or available from ACASS. A board will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify or supplement its submission. Other than the cost control matters identified in the Past Performance section above, the Board shall not consider any cost or price factors in accordance with Brooks A-E Act. NOTE. In order to maintain total objectivity in the selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. If a question is presented to the Contracting Officer, it will be at the Contracting Officer's discretion to respond. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.


BIDDER QUESTIONS AND COMMENTS
All questions and/or comments should reach the above referenced Contracting Office via ProjNet no later than 29 September 2017, in order that they may be given consideration or actions taken prior to receipt of offers. 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. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. From this page you may view all bidder inquiries or add 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.


The Solicitation Number is: W91236-17-R-0024
The Bidder Inquiry Key is: DN3SK9-4PNY2Y


The Bidder Inquiry System will be unavailable for new inquires 7 days prior to bid opening in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specification in its entirety, 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.


Organizational Conflict of Interest:


This statement provides examples of certain organizational conflicts of interest which are proscribed by Federal Acquisition Regulation Subpart 9.5. The purpose of this statement is to prevent the existence of conflicting roles that might bias a contractor's judgment and to prevent an unfair competitive advantage. The following subsections prescribe a non-exhaustive list of limitations on contracting as the means of avoiding, neutralizing or mitigating organizational conflicts of interest.


a. If, under this announcement, the contractor will provide systems engineering and technical direction for a system, but does not have overall contractual responsibility for its development, integration, assembly, checkout or production, the contractor shall not be awarded a subsequent contract to supply the system or any of its major components, or to act as consultant to a supplier of any system, subsystem, or major component utilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systems engineering and technical direction. The term of this prohibition shall endure for the entire period of this contract and for two (2) years thereafter.


b. If, under this announcement, the contractor will prepare and furnish complete specifications covering nondevelopmental items, to be used in a competitive acquisition, the contractor shall not be permitted to furnish these items, either as a prime or subcontractor. The term of this prohibition shall endure for the entire period of this contract performance and for either two (2) years thereafter or the duration of the initial production contract whichever is longer. This rule shall not apply to contractors who furnish specifications or data at Government request or to situations in which contractors act as Government representatives to help Government agencies prepare, refine or coordinate specifications, provided this assistance is supervised and controlled by Government representatives.


c. If, under this announcement, the contractor will prepare or assist in preparing a work statement to be used in competitively acquiring a system or services, the contractor shall not supply the system, its major components, or the service unless the contractor is the sole source, the contractor has participated in the development and design work, or more than one contractor has been involved in preparing the work statement. The term of this prohibition shall endure for two (2) years.


d. If, under this announcement, the contractor will provide technical evaluation of products or advisory and assistance services, the contractor shall not provide such services if the services relate to the contractor's own or a competitor's products or services unless proper safeguards are established to ensure objectivity.


e. If, under this announcement, any personnel of the prime firm or any subcontractor at any tier previously served with the procuring agency in a capacity that provided access to non-public, competitively useful information relevant to the requirements giving rise to this procurement activity, the prime contractor or subcontractor shall avoid deriving an unfair competitive advantage, or the appearance of an unfair competitive advantage, by precluding the use of such non-public, competitively useful information in the preparation of any document responsive to any request of the procuring agency pursuant to this procurement activity.


Submission Requirements:



See Note 24 for general submission requirements. Additional size limitations include the following: (i) Limit resume of each individual to no more than one page.
(ii) Limit example projects to no more than 10 projects.



Interested firms having the capabilities to perform this work must submit for the Prime and all consultants SF330 Parts I and II, one hard copy in a binder and one electronic CD/DVD copy with a searchable file (Adobe .pdf or Word .dox) without translation, to the address below at the time and date specified. Interested firms must also submit one hard copy of SF 330 Part II for the prime firm and all consultants and one electronic copy searchable in .pdf or MS Word of the entire submittal to the address below at the time and date below. The SF 330 Part I shall not exceed 65 pages (8.5 x 11). Each side of a sheet of paper is considered one page. Use no smaller than 12 font type. Include the firm's DUNS number in SF 330, Part I, Section H. Facsimile transmissions will not be accepted.


Submit SF 330 Parts I and II to: US Army Corps of Engineers, Norfolk District; ATTN: Ms. Joy Wright; 803 Front Street; Norfolk, VA 23510-1096; not later than 2:00 PM on 12 October 2017. Facsimile or email transmissions will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL.


Note 24: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A- E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. 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. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to ORCA, https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Following an evaluation of the qualifications and performance data submitted, the firm or 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. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.


Joy M. Wright, Contract Specialist, Phone 7572017145, Email joy.m.wright@usace.army.mil - Marc H. Nguyen, Contracting Officer, Phone 7572017839, Email marc.h.nguyen@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP