The RFP Database
New business relationships start here

DESIGN OF REPAIR SIJAN HALL, BUILDING 2348, US AIR FORCE ACADEMY, COLORADO


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

C - DESIGN OF REPAIR SIJAN HALL, BUILDING 2348,
U.S. AIR FORCE ACADEMY, COLORADO

General Information:


Document Type:         COMBINED SYNOPSIS/SOLICITATION NOTICE
Solicitation Number:         W9128F-19-R-0032
Posted Date:             25 March 2019
Original Response Date:     26 April 2019 (1400 MST)
Classification Code:         C - Architect and Engineering Services



Point of Contact:
Zandra Hearn, (402) 996-3717, Zandra.F.Hearn@usace.army.mil


Mailing Address:
US Army Corps of Engineers
ATTN: CENWO-CT-M, Zandra Hearn, W9128F-19-R-0032
5475 Tech Center Drive, Suite 205
Colorado Springs, CO 80919


Description:
1. CONTRACT INFORMATION: Architect-Engineer (A-E) services are required for a Firm Fixed Price contract for Design of Repair Sijan Hall at US Air Force Academy, Colorado. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A single firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of planning, site investigations, site surveying and geotechnical investigations, space planning, design phasing/complete design documents for construction, interior design, parametric and construction cost estimating, other A-E services, and may include construction phase services for the subject project. Construction phase services may include commissioning agent (CxA) services, review of contractor-prepared design documents, shop drawing and construction submittal reviews, site visits, technical assistance, commissioning support, and startup service assistance.


North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in annual average gross receipts over the past three years. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting plan is not required with this submittal. The following informational subcontracting goals are to be considered: Award approximately 45% of the total subcontracting dollars to all Small Business concerns, 10% to Small Disadvantaged Business (SDB), to include Historically Black Colleges and Universities or Minority Institutions, 7% with Women-Owned Small Business (WOSB), 5% to Service Disabled Veteran-Owned Small Business (SDVOSB), 5% to Veteran-Owned Small Business (VOSB), and 3% to HUBZone Small Business. The subcontracting plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. Selected and successful firm(s) will be required to comply with the subcontracting limitations as set forth by the FAR Clause 52.219-14 LIMITATIONS ON SUBCONTRACTING, wherein stated in pertinent part, "Services (except construction). The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. Service wage rates will be determined relative to the employee's office location rather than the location of work.


Firms must be registered in the Department of Defense (DoD) System for Award Management (SAM) Contract award is anticipated between September-November 2019. The subcontracting plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations.


Firms must be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf.
Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS-1442 report. Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNs number.


2. PROJECT INFORMATION: The project will be located at United States Air Force Academy, Colorado Springs Colorado. The project will include various types of horizontal and vertical scope, including architectural, interior design, mechanical, electrical, exterior envelope, structure, fire protection, and site improvements. Sijan Hall (Building 2348) is the second of the two cadet dormitory buildings at the United States Air Force Academy, located in Colorado Springs, Colorado, and construction was completed in 1968. The primary function of Sijan Hall is a dormitory for Cadets; and was designed to house 2,520 students in 1968; currently there are 1,926 Cadets that occupy Sijan. Several other ancillary functions are also housed in Sijan Hall. This six story building is located on the south side of the Cadet Area. The facility with approximately 625,300 square feet is listed as a part of the Air Force Academy's National Historic District. Repair Sijan Hall will be designed as a comprehensive effort developing five separate phase construction packages that can be constructed independently without impact to future phases. Focus will be dividing the overall building into five (5) segments for the construction work phases. Each phase will include and not limited to interior renovations, exterior curtain wall replacement, mechanical, electrical, plumbing, fire protection, energy management, and communication systems will be addressed in each phase as broken up into five (5) stand-alone areas to accommodate the relocation of displaced cadets allowing the remainder of the building to be open and operational as each phase is being renovated. Phase 1 also includes installing isolation valves and bypass capability on the High Temperature Hot Water (HTHW) system so each mechanical and plumbing zone can be independently isolated. Design will show and build contractor laydown areas for all phases, and the Energy Management Control System (EMCS) will be sub-metered to include a BTU meter for each mechanical zone. The contractor will document the control zones for each HVAC air and hydronic system back to the specific mechanical rooms for identification of phases and boundaries. Photograph and identify historic hand painted murals on the interior corridor walls that will be preserved.


Each Phase (1-5) addresses the interior renovations, new architectural finishes and interior upgrades, asbestos containing materials and lead based paint abatements at each phase. Remove and replace all exterior curtain wall system within the boundary of each phase. Provide all mechanical, electrical & plumbing/fire protection work back to the mechanical room(s) that serve each phase. Provide Phase 5 completes interior renovations and includes the focus on exterior work. Addressing site amenities similar to new outdoor pavilions, benches, bollards and other site furnishings, landscape plantings and associated irrigation system. Installing all new code compliant exterior handrails and guardrails on the terrazzo level.


The estimated construction cost of this project is between $190,000,000 and $210,000,000.
Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES) - Second Generation (MII). All design work will be performed in compliance with the Department of Defense Unified Facilities Criteria (UFC) documents and all applicable building codes. The contractor shall be responsible for accomplishing designs and preparing contract documents using Advanced Modeling as defined in EM-1110-1-2909 to include Building Information Modeling (BIM), Civil Information Modeling (CIM), Geographic Information Systems (GIS), and Computer Aided Drafting (CAD). Specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications. Design review comments and their responses will be performed on US Army Corps of Engineers Review Management System ProjNet/DrChecks.


Examples of renovation projects may include both military and private sector, but not be limited to barracks, utilities, battalion headquarters buildings, brigade and company operations facilities, and various others and should include 2 Higher Education examples ( in excess of $40M). The Scope of services to be issued will fully describe the project to be designed or the studies to be accomplished and will identify all work to be accomplished.


Services to be performed include, but are not limited to, preparation of vertical and horizontal design/construction documents, preparation of design-bid-build requests for proposals (RFPs), charrette/concept designs, schematic designs, planning, programming, life safety/building code analysis, site investigations, surveying and geotechnical investigations, space planning, interior design, parametric and construction cost estimating, feasibility studies, National Environmental Policy Act (NEPA) documents, plan formulation , design and construction phase commissioning services and various construction phase services. The interior design effort will include Structural Interior Design (SID) and possibly a Furniture, Fixtures and Equipment (FF&E) design; it is not known at this time if furniture will be new, existing or a combination. All design work will be performed in compliance with the Department of Defense Unified Facilities Criteria (UFC) documents and all applicable building codes. Construction support services, when required, may include: participation in on-site partnering/pre-construction meetings; review of construction contractor's submittals for government approval and for information only; participation in site visits and provide inspection reports at critical points of construction; participation in start-up and commissioning of the systems; attendance at warranty inspections; participation in lessons-learned sessions; and preparation of operations and maintenance support information manuals.


Construction cost estimating will be accomplished for all design projects using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software. All specifications shall be developed and edited using the SpecsIntact automated specification processing system. Firms should demonstrate experience with using and writing project specifications in the SpecsIntact processing system.


The Architect-Engineer shall use advanced modeling practices in conjunction with an integrated design approach to complete the project design. Advanced modeling is a subset of geospatial technologies as defined EM-1110-1-2909 GEOSPATIAL DATA AND SYSTEMS to include Building Information Modeling (BIM), Civil Information Modeling (CIM), Geographic Information Systems (GIS), and Computer-Aided Drafting (CAD). Required technologies, design deliverable and bid set (electronic and hardcopy) format and requirements will be further described in the SOW that will be issued to the successful firm.



The Architect-Engineer shall have a robust knowledge of advanced modeling strategies, standards, and practices and shall be capable of delivering designs using a variety of tools and technologies to meet each set of deliverable requirements.


Sustainable design shall be accomplished using an integrated design approach and emphasizing environmental stewardship; energy and water conservation and efficiency; use of alternative energy, use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of health, safe and productive work environments. Integration of Federal and agency energy and sustainability mandates is required on all building facilities. Design and documentation shall utilize United States Green Building Council (USBGC), Leadership in Environmental and Energy Design evaluation, Green Building Certification Institute, and Green Globes web-based certification methodology. Building envelope design will require knowledge with tested air barrier construction. The AE may also be required to perform and/or evaluate sustainability and energy audits.


Integration of current Antiterrorism and Force Protection (AT/FP) measures will be required on all military projects.


Design review comments and their responses will be performed on US Army Corps of Engineers Review Management System ProjNet/DrChecks.


3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. Criteria "a-e" are primary. Criterion "f-h" is secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal.


a. Specialized Experience and Technical Competence. Submittals shall demonstrate the specialized experience and technical competence to execute the types of similar projects and activities as indicated above in paragraph 2, PROJECT INFORMATION, and in the bullet items below. Only relatable experience on completed construction projects or completed designs from the last five years should be included in the proposal. All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F)


•    Experience in multi-phased design of horizontal and vertical design of construction or operations and maintenance projects.
•    Experience for "design phasing" relative to the facility being occupied during portions of the construction.
•    Experience in developing phased design to support phased construction in excess of $75M.
•    Experience with Department of Defense AT/FP design criteria and construction standards.
•    Experience with life safety and fire protection design of military facilities.
•    Experience with Higher Education Housing Facilities.
•    Experience with Historic Preservation.
•    Experience in adapting standard design packages.
•    Experience with USACE design guidance, including Unified Facility Criteria documents. Engineering Technical Letters (ETLs), and other military design criteria documents.
•    Experience with preparing specifications using SpecsIntact software and Unified Facilities Guide Specifications (UFGS).
•    Experience with preparing cost estimates using Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software.
•    Experience applying Advanced Modeling practices in conjunction with an integrated design approach to include BIM, CIM, GIS, CAD, and Facility Data.
•    Experience with Sustainable Design or High Performance Sustainable Building design and construction concepts including energy efficiency, use of recovered materials, waste reduction, and pollution prevention, using the third party sustainability evaluation and certification process.
•    Knowledge of the locality of the project including geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits.
•    Experience with construction phase services including participation in on-site partnering/pre-construction meetings; review of construction contractor's submittals for government approval and for information only; participation in site visits and furnishing inspection reports at critical points of construction; participation in start-up and commissioning of systems; attending warranty inspections; participation in lessons-learned sessions; preparation of operations and maintenance support information manuals.
•    Quality management procedures. The basis of the evaluation will be the description of the firm's quality management procedures in Section H of the SF 330. A detailed quality control plan is not required with this submission but will be required subsequent to award of the contract.


b. Professional Qualifications. Firms shall demonstrate professional personnel qualifications and specialized experience in the design of repairs facilities similar to Sijan Hall for key design disciplines. Key disciplines that are required to be performed by registered and licensed professionals are: project management, architectural, interior design, mechanical, electrical, communications engineering, fire protection, structural engineering, civil engineering, and cost estimating.


Key disciplines that are required to be performed by registered and licensed professionals are: project management, facility planning, architecture, interior design, mechanical, electrical, fire protection, building commissioning, structural, Anti-Terrorism/ Force Protection (AT/FP), civil, communications engineering, cost estimating, geotechnical, and land surveyor. Evaluation of these disciplines will consider education, training, relevant experience in design of military and federal facilities, and longevity with the firm. Any past design and/or planning experience on USACE military projects should be identified. (SF 330, Part I, Sections E & G).


Provide resumes for a minimum of two (2) project managers (team leaders), both registered as a Professional Engineer or Architect.


Provide resumes for a minimum of two (2) designers in each of the following fields: architecture; civil, structural (independent of civil), mechanical, and electrical engineering with at least two in each field professionally registered in the relevant professional field as an engineer or an architect. At least one of the electrical engineers shall demonstrate design experience in energy efficiency for advanced lighting controls (dimming, occupancy sensors, vacancy sensors, light harvesting), lighting quality (9 factors), application of LED lighting fixtures, requirements for switched receptacle controls, and requirements for sub metering as defined in LEED and ASHRAE standards.


Provide a resume for a minimum of one (1) designer in the Anti-Terrorism/Force Protection field. Designer shall be a registered Professional Engineer and have at least five (5) years of experience and training related to compliance with Department of Defense AT/FP policy, standards and specifications. This designer is not required to be independent of other AE designers.


Provide a resume for one (1) interior designer. Designer must be certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designer, or registered architect with at least five years of experience and training in interior design.


Provide a resume for a minimum of one (1) designer in each of the following fields: life safety, environmental engineering, geotechnical (soil engineering); communication distribution design (RCCD), and landscape architecture. The Communications Engineer shall be a Registered Communications Distribution Designer (RCDD) with a minimum of 5 years of experience. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm.
These individuals may be qualified by a combination of education, registration, certification, and/or training.


Provide a resume for one (1) cost engineer with at least 10 years of experience as a cost engineer. Additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC), or comparable certification.


Provide a resume for one (1) commissioning authority (CxA) to lead the commissioning team. The CxA may be a mechanical or an electrical engineer and shall be a registered professional with a minimum of five years of heating, ventilation, and cooling or lighting and power distribution design experience and shall have documented experience as a CxA on at least two projects. The CxA must be certified as a commissioning authority and have an active certification. The certification shall be performed by a recognized organization such as The Association of Energy Engineers (AEE), American Society of Heating, Refrigerating, and Air Conditioning Engineers (ASHRAE), or similar such organization.


Provide a resume for one (1) fire protection engineer who is a registered professional fire protection engineer with a minimum of five years dedicated to fire protection engineering, and has one of the following: (i) a degree in fire protection engineering from an accredited university or (ii) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination. The fire protection engineer shall have an active license without any disciplinary actions.


Provide a resume for one (1) advanced modeling or BIM manager with a minimum of five years dedicated to managing advanced modeling projects. Additional consideration will be given to managers with degrees, training, and/or certifications relevant to the advanced modeling platforms and technologies described in this contract.


Provide a resume for one (1) sustainability manager with a minimum of five years dedicated to managing sustainability metrics, certification, and accreditation on projects. Additional consideration will be given to sustainability managers with degrees and certifications from recognized sustainability certification, assessment, and/or accreditation organizations. This includes but is not limited to US Green Building Council (USGBC) LEED Accredited Professionals (LEED APs), Green Building Initiatives' Green Globes Professionals (GGPs) and/or Federal Guiding Principles Compliance Professionals (GPCPs).


c. Past Performance. Past performance on DoD and other contracts with respect to the quality of work, cost control (maintaining the project construction cost below the programmed amount), and compliance with performance schedules, as determined by CPARS and other sources. CPARS will be queried for all firms submitting a SF330. If deemed appropriate by the evaluation board, If performance evaluations for any significant team subcontractors who have previously been prime A-E contractors may also be considered. In addition to CPARS, the board may seek information on past performance from other sources. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email.)


d. Capacity. Capacity is the ability to complete the design within a reasonably aggressive schedule. Firms shall demonstrate the capacity to accomplish the AE services and effort to support a +$75M multi-phase design. The evaluation will consider the availability of an adequate number of personnel in key disciplines to complete the design service and offeror's project execution strategy. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H, Item 1).

e. Knowledge of the Locality: Examples include knowledge of geologic features, climatic conditions, or local construction methods that are unusual or unique.


Secondary Selection Criteria. The following secondary criteria will only be used as a tie-breaker among firms that are essentially technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criteria are listed in descending order of importance.


f. Extent of participation of SB, SDB, WOSB, S-DV, Hubzone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated design effort.


g. Geographic Proximity: Responding firms should identify any offices operating in close proximity to Colorado Springs, CO and the contribution these offices will make in support of the project.
(SF 330, Part I, Section H).


h. Volume of DOD A-E contract awards in the last 12 months: Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD AE contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD AE contracts among qualified firms.


4. ANNOUNCEMENT - RATINGS AND DEFINITIONS:


The following ratings will be used to evaluate documentation submitted by offerors (note that documentation submitted for evaluation in response to this announcement may be referred to throughout this announcement as an quote mark offer quote mark, quote mark proposal quote mark, or quote mark response quote mark - all of which are representative of the SF330 information being requested by this announcement):


Exceptional - The offer exceeds the scope of the announcement requirements in the majority of the aspects of the particular factor. Strengths are present indicating maximum benefit to the government and no weaknesses, significant weaknesses or deficiencies are indicated.


Above Average - The offer exceeds the scope of the announcement requirements in many aspects of the particular factor. Strengths are present Indicating significant benefit to the government. The proposal may have weaknesses that have no impact on the proposal as a whole and do not require correction.


Average - The offer matches the scope of the announcement requirements of the particular factor. There may be strengths but they may not aggregate into an advantage Indicating additional benefit to the Government, or they may be offset by weaknesses. Any weaknesses noted have only a minor impact on the proposal and are easily correctable.


Marginal - The offer matches some, but not all, of the announcement requirements of the particular factor. There may be limited or individual strengths, but they do not aggregate into an advantage and are offset by weaknesses, significant weaknesses and/or deficiencies. Weaknesses, significant weaknesses and/or deficiencies are correctable without major revision to the proposal. The Government may still receive benefit from the offer submitted.


Unacceptable - The offer fails to meet a majority of announcement requirements or has omitted critical information required to evaluate the factor. There are no strengths. The offer contains multiple weaknesses, significant weaknesses and/or deficiencies, which are all correctable only with major revision to the proposal. A proposal that receives a final rating of quote mark Unacceptable quote mark for any factor may not be considered for award.


Neutral - In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated either favorably or unfavorably on past performance.


Definitions:


Strength - Any aspect of a proposal that, when judged against a stated evaluation factor, enhances the merit of the proposal or increases the probability of successful performance of the contract.


Weakness - A flaw in the proposal that Increases the risk of unsuccessful contract performance. A quote mark significant weakness quote mark in the proposal is a flaw that appreciably Increases the risk of unsuccessful contract performance.


Deficiency - A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level.


5. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit their proposal packages must be sufficiently detailed to allow for an effective and equitable evaluation by the Government. There will be no public proposal opening. Proposals submitted will become, upon receipt, the property of the U.S. Government and will not be returned. After evaluation of proposals, electronic copies will be retained for the official paperless contract file. All other copies will be destroyed or forwarded to the Field and Areas Offices in support of their contract administration functions.


5.1    GENERAL PROPOSAL SUBMISSION INSTRUCTION:
In an effort to reduce paperwork and reduce cost, all proposals shall be submitted electronically via the AMRDEC SAFE website. All submissions shall be in Adobe PDF format with Optical Character Recognition (OCR) applied to all documents that will enable word searches to be conducted using Adobe-compatible PDF software. Offerors may use compression utilities such as 7-Zip, WinZip or PKZip to reduce file size and facilitate transmission when using AMRDEC.
To submit proposals electronically via AMRDEC SAFE, go to the following website:
https://safe.amrdec.army.mil/SAFE/ At the AMRDEC SAFE website select "Non-CAC Users" in order to register, access the site and submit your proposal(s). When completing the information for transmittal at the AMRDEC SAFE website, you will be asked to enter e-mail addresses for the recipients. When your proposal is submitted via the AMRDEC SAFE website, the website will provide notification of the submittal to the recipients.


For this solicitation, the recipients will be:
Zandra Hearn: Zandra.F.Hearn@usace.army.mil
Christine Wilson: Christine.L.Wilson@usace.army.mil


After submitting your information, you will receive two (2) disclaimers:
A. "The files were successfully uploaded."
B. "Your files cannot be downloaded by recipients until you verify your email address. Please check your email for further instructions."


***OFFERORS MUST FOLLOW THE INSTRUCTIONS SENT TO YOUR EMAIL TO COMPLETE THE SUBMITTAL PROCESS***


For the purposes of determining whether the proposal was received "late" in accordance with FAR 15.208, the date and time the file(s) are uploaded into the AMRDEC SAFE website as identified in the AMRDEC e-mail sent to the Contract Specialist(s)/Contracting Officer will be the time and date the Government received the proposal.
Please note that the process involves two steps, after the proposal has been uploaded to the AMRDEC SAFE website the Offeror must verify its email address in order for the Government to receive access to the proposal uploaded onto the AMRDEC SAFE website. Do not assume that electronic communication is instantaneous. Please make allowances for delays in transmittal.


NOTE: ONLY in the unusual case that the AMRDEC website is "down" (not operational); the Offeror should email their proposal to the KO and KS prior to the proposal due date and time.


Proposals without all required content may be deemed by the Government as non-responsive and the proposal may be rendered as ineligible for award.


Submit proposals in PDF format identified by the Solicitation Number, Company Name, and Volume identification. Each Volume will be submitted as a "separate file" when submitting. Offers shall be submitted by the time and date indicated in this announcement.


SUBMITTAL PACKAGES MUST ALSO INCLUDE A COMPLETE SUBMITTAL (AN SF 330 PART 1 + SF 330 PART II FOR THE PRIME FIRM AND ALL CONSULTANTS/SUBCONTRACTORS), AS A SINGLE PDF FILE."


The SF 330, 06/2004 edition, must be used, and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number and CAGE code in SF330 Part I, Section B, Block 5. Additionally, the DUNS number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER.


The submittal shall have a page limit of 100 pages. A page is one side of a sheet. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. Organizational charts may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. A Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Cover letters, company literature and extraneous materials are not desired and will not be considered. Sections E and G of SF 330 Part I must include only individuals proposed to perform the anticipated work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated.


A maximum of ten (10) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. Use no more than two pages per project. When listing projects in SF 330 Part 1, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project.
SF 330, Part I, Section H (Additional Information) shall contain the following information.
(1) Item 1 - Capacity. Reference Paragraph 3.d. above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules.
(2) Item 2 - Volume of DoD Contract Awards - Reference Paragraph 3.h. above. Provide a complete listing of all DoD A-E awards within the last 12 months. For IDCs, include total value of task orders actually issued by agencies in the last 12 months, not the potential value of the IDCs. For all types of contracts, do not include for consideration options that have not been exercised.


Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. Facsimile and email submissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal.


Tabs, cover and cover sheet do not count against the page count limit, but information contained on them
will not be evaluated. CPARs/PPQs do not count against the page count limit either but information related to relevant projects are preferred.
Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).


ALL NON-PROPRIETARY QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than Close of Business, five (5) days prior to response date indicated in this announcement, to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system.


Registration for ProjNet Bidder Inquiry Access
(If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below.)
1. From the ProjNet home page link 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 below.
4. Email. Enter the email address you would like to use for communication.
5. Click Continue. A page will then open saying that 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. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.


Entering Bidder Inquiries in ProjNet Bidder Inquiry System
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 link 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 below.
5. Email. Enter the email address you used to register previously in ProjNet.
6. Click 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.
8. Follow online screen instructions to enter specific bidder inquiries for the project.


The Solicitation Number is: W9128F-19-R-0032
The Bidder Inquiry Key is: PZK2H7-H2INHA


Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in the Portal. Caution: Any inquiry submitted and answered within this system will be accessible to view by all interested firms on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone.
The telephone number is 1-800-428-HELP.


Zandra F. Hearn, Contract Specialist, Phone 4029963717, Email zandra.f.hearn@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP