The RFP Database
New business relationships start here

Architectural and Engineering Services - Cotton Classing Facilities


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

The Department of Agriculture, Agriculture Marketing Service, Cotton and Tobacco Programs (CTP), 3275 Appling Road, Memphis, TN 38133 is advertising for an Indefinite Delivery - Indefinite Quality (IDIQ) contract for Architectural and Engineering (A&E) Services. These services may be needed for the following locations: Memphis, Tennessee; Lubbock, Texas; Lamesa, Texas; Dumas, Arkansas; Corpus Christi, Texas; Abilene, Texas; Macon, Georgia; Visalia, California; Florence, South Carolina; Rayville, Louisiana and Raleigh, North Carolina. The government intends to award one IDIQ contract under this announcement. The contract will consist of a base year and four option year periods. The full contract amount will not exceed $10,000,000. Work will be issued by negotiated firm-fixed-price task orders. (Note: The Government reserves the right to cancel this contract at any time if it is in the best interest of the Government.) Minimum for each task order is $1,000. Maximum fee for each task order shall not exceed $1,500,000. The minimum guarantee for the entire contract term is $1,000. The CTP will provide a specific scope of work for each delivery order along with a request for the A/E to prepare a fee proposal. Fee proposals shall be based on pre-established unit prices for all disciplines. Unit prices for unique services not included in the original negotiation will be negotiated on a case by case basis with each task order. The award of the initial task order will satisfy the minimum guarantee for the entire contract term (including option years.) Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The North American Industrial Classification System code is 541330, Engineering Services, which has a size standard of $15 million average annual receipts. The wages and benefits of service employees (see FAR Subpart 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) at www.sam.gov. Work under this contract will include but is not limited to: design plans, specifications and cost estimates for new construction, renovations and repairs; preparation of studies, reports and engineering recommendations; and mediation on behalf of the CTP to address issues related to the design and implementation of Heating, Ventilation, and Air Conditioning (HVAC) systems and any problem issues that arise with the Lessor contractors for the AMS CTP facilities. The primary scope of work within the above areas will deal with strictly maintained controlled-environment testing laboratories and service areas, closed loop air filtration systems producing a dust-free environment, utilization of electronic controls for multi-faceted HVAC components as well as building management tools, and encompassing government requirements in the area of energy conservation and LEED certifications. Firms must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance (first by major criteria and then by each sub-criterion). Criteria 1-5 are primary factors. Criteria 6 are secondary factors and will only be used as tie-breakers among firms that are essentially technically equal.

(1) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES.
The firm with its consultants and/or subcontractors shall possess licensed personnel in the following disciplines: Architecture, Structural, Mechanical, Electrical/Lighting, Civil, Fire Protection, Landscaping, Environmental, and Interior Design. The firm shall submit resumes of its key personnel including principals, partners, project managers, and designers that will contribute in the aforementioned areas and serve as the Project Managers and Designers of Record. In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. Each offeror must provide a brief description of its ability to perform the work described in the scope. This description must describe the work on previous projects similar in size and scope, the personnel available to support the project, and the nature of the offeror's primary business and facilities. The Offeror shall propose their recommended approach for meeting the scope.


(2) SPECIALIZED EXPERIENCE WITH CONCEPTS & EXPERIENCE, AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED.
Provide a detailed narrative of up to 10 (maximum) relevant projects completed within the last 5 years, that best illustrate overall team experience relevant to this contract scope, specifically the design and project management of mechanical systems and related architecture for facilities such as cotton classification laboratories that are required to maintain strict atmospheric conditions at all times while operating in a process-oriented environment. Some specialized areas of expertise in this arena would include Heating, Ventilation and Air Conditioning (HVAC) engineering design; custom design-build industrial facilities; energy conservation design; industrial processes; landscape architecture; lighting (interior and exterior); materials handling systems; project planning; structural design; etc. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract.


(3) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES.
Provide a written narrative that discusses the firm's ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms' performance issued on that contract. If no documentation exists, so state. Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired.


(4) ORGANIZATION, MANAGEMENT AND QUALITY CONTROL.
In narrative form, discuss the following:
a) The A/E Firm's organization and management process (including organizational chart that identifies the overall relationship and lines of authority of the proposed team).
b) Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products and services.
c) The A/E Firm's approach to design and project management.
d) The A/E Firm's ability to handle projects with multiple end-users and complex requirements.

(5) CAPACITY
In narrative form, discuss the proven ability to accomplish the work in the required time. Submission requirements for the prime and each proposed consultant to be assigned to the team:
a) List all current projects (up to 10) with a design fee of greater than $20,000 being designed in the firms' office.
b) Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period.
c) Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates.


(6) LOCATION
The A/E Firm (Prime Contractor) must be licensed in the states aforementioned in this announcement and must describe the ability to travel to these locations upon request or necessity. Proximity to several of the subject locations within 300 miles (according to www.randmcnally.com) would be advantageous but not a contract requirement. Describe and illustrate the teams' knowledge of design approaches, construction materials, codes/ordinances costs and other conditions unique to the geographic area related to the contract for which the submittal is being made.


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. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered the most highly qualified to provide the type of services required will be chosen for the short list and be interviewed by USDA.  Selection of firms for the short list shall be made in order of preference based on demonstrated competence and qualifications necessary to satisfy the performance in accordance with the specific selection criteria listed in the announcement.
Firms responding to this announcement before the closing date (September 6, 2018)will be considered for selection. EMAIL TRANSMISSIONS WILL BE ACCEPTED. PLEASE NOTE THE FILE SIZE MAY DELAY THE RECEIPT OF YOUR SUBMISSION. THE USDA SERVER MAY NOT TAKE DOCUMENTS LARGER THAN 15MB. THIS IS NOT A REQUEST FOR PROPOSAL
Questions: Questions will not be answered over the telephone. Please submit your questions to Beverly Brown at BeverlyS.Brown@ams.usda.gov no later than COB August 23, 2018.  Responses to questions and answers will be posted in FBO.  BE SURE TO INCLUDE THE SOLICITATION NUMBER 12474018R0018 AND PROJECT TITLE ON THE SUBJECT LINE OF YOUR EMAIL.


Beverly S. Brown, Phone 540-361-1126, Fax 540-361-1181, Email BeverlyS.Brown@ams.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP