The RFP Database
New business relationships start here

INDEFINITE DELIVERY, INDEFINITE-QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR ARCHITECT-ENGINEER VERTICAL DESIGN SERVICES FOR THE ALBUQUERQUE DISTRICT, U.S. ARMY CORPS OF ENGINEERS


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

FEDERAL BIZ OPS ANNOUNCEMENT FOR INDEFINITE DELIVERY, INDEFINITE-QUANITITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR ARCHITECT-ENGINEER VERTICAL DESIGN SERVICES FOR THE ALBUQUERQUE DISTRICT, U.S. ARMY CORPS OF ENGINEERS


1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE), Albuquerque District has a competitive requirement for an indefinite delivery, indefinite quantity multiple award task order contract (IDIQ MATOC) for architect - engineer (A-E) vertical design, for a period of one year with four one-year options. Professional services under this contract will primarily consist of the development of A-E studies and design activities in support of vertical construction projects associated the Department of the Army, Department of the Air Force, National Nuclear Security Administration (NNSA),Department of Homeland Security-Customs & Border Protection (DHS-CBP),and Veterans Administration (VA) projects within the Albuquerque District boundaries, which include southern Colorado, Arizona, New Mexico and southwest Texas. Work may include locations outside of the Albuquerque District area of responsibility. Work may include, but is not limited to: All types of architectural or engineering programming or design charrettes, studies and reports, preliminary and final designs to include cost estimates, plans and specifications, associated utility site surveys, and construction phase services. A successful firm may be utilized for complete projects or in support of in-house efforts.


This contract will be procured in accordance with Public Law (PL) 107-217, Chapter 11, Selection of Architects and Engineers and Federal Acquisition Regulation (FAR) Part 36. Work will be negotiated and initiated by issue of delivery orders, which will not exceed $45,000,000 over the life of the contract. The maximum aggregate dollar value of task orders awarded to all contractors cannot exceed this contract ceiling. This ceiling is not being subdivided among the number of awardees, nor is it being multiplied by the number of awardees. There is no guarantee on the number of task orders that the successful contractors will receive or the amount of money beyond the minimum order guarantee set forth in the RFP. The anticipated contract award date is September 2019. The Government anticipates awarding three or more IDIQ contracts, including one or more reserved for a small business. Wages and benefits of service employees (see FAR Part 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal is for 50.0% of the subcontracted dollars to go to small business. Per DFARS 219.705-4, the minimum subcontracting requirement to Small Disadvantaged Small Businesses is 5.0% of the total contract. To be eligible for contract award, a firm or joint venture must be registered in the DOD System for Award Management (SAM). Register via the site at www.sam.gov.


2. PROJECT INFORMATION:
Professional services under this contract may include any and all types of architectural or engineering studies and reports; planning and design charrettes, preliminary and final designs to include cost estimates, plans and specifications, associated utility site surveys; and construction phase services for agencies discussed above.


3. SELECTION CRITERIA:


The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through h are secondary and will be used as tie-breakers among technically qualified firms. Recent experience is defined as experience within the last 7 years from the issue of this synopsis.


a. Demonstrated Specialized Experience and Technical Competence in:
1) Preparation of plans, specifications, and construction cost estimates for: Administrative offices; dormitory projects; aircraft and squadron support facilities; aircraft hangars;, vehicle and equipment maintenance facilities; building additions/alterations; VA, NNSA and DHS-CBP facilities; and research and development facilities.
2) Project experience with planning and design charrettes, comprehensive interior design, antiterrorism force protection design, landscape design, site surveys, and site development.
3) The ability to accomplish cost estimates utilizing USACE M-II cost estimating software.
4) Design of roads, parking areas, airfield pavements, and utility improvements projects.
5) Performance of formal value engineering studies in accordance with value engineering methodology set out by SAVE International.
6) Sustainability design using the United States Green Building Council LEED® rating system and the Air Force High Performance Building criteria. Evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design.
7) The ability to provide contract documents in AutoCAD ® and MicroStation® , Building Information Modeling and Revit software and narratives compatible with Microsoft Word® format. .
8) Preparation of design-build requests for proposal.
9) Implementation of design quality management plans.
10) Knowledge of the DoD's A/E/C CAD and BIM standards.
b. Professional Qualifications: Firms must be able to provide registered professionals assigned in the positions for project management, architecture, structural engineering, mechanical engineering, electrical engineering, civil engineering, geotechnical engineering, fire protection engineering, and an architect or engineer value engineering team leader who has been formally trained in SAVE value engineering methodology. The firm must also be able to provide a cost estimator with M-II cost estimating software experience, and a licensed land surveyor. The project managers must have experience managing Air Force design projects. The design team must also be familiar with current Air Force and DHS-CBP design criteria.
c. Past Performance: Past performance within seven years of issuance of this synopsis on DOD and other contracts in terms of cost control, quality of work, and compliance with performance schedules will be evaluated.


d. Capacity: The firm must demonstrate capacity to accomplish two concurrent delivery orders.
e. Knowledge of the Locality: Firm's knowledge and experience designing projects at any of the following Air Force bases: Kirtland, Cannon, Holloman, Luke or Davis-Monthan Air Force bases; along with projects at Los Alamos or Sandia National Laboratories; and projects for the DHS-CBP in Texas, New Mexico, Arizona or California.
f. Geographic Location: Geographic location of the office(s) to perform the work with respect to the Albuquerque District boundaries will be a consideration.
g. Volume of Work: Volume of DOD contract awards in the last 12 months.
h. SB and SDB Participation: Extent of participation of small business, small disadvantaged business, Historically Black Colleges and Universities and Minority Institutions, women owned, HUBZone and related business in the proposed contract team, measured as a percentage of the estimated effort. In the evaluation of primary and secondary factors, in-house capabilities will be weighted heavier than subcontracted work. Joint venture firms will be considered as having capabilities in-house.
4. GENERAL INFORMATION: This solicitation requires all interested firms to have an email address. Notifications will be via e-mail; therefore, the email address must be shown on the SF 330, Part 1, Section B8. Interested firms having the capabilities to perform this work must submit one original, three hard copy and one electronic (CD or DVD, flash drives are not acceptable) copy of SF 330 "Architect Engineer Qualifications" for the prime firm and all consultants. Should there be discrepancies between the paper and the electronic submission, the paper copy shall govern. Only data furnished by the responding firm on the SF 330 will be considered in the selection process. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall submit Part II of the SF330 for each branch office and subcontractor office that will have a key role in the proposed contract. The SF 330 should specifically address the requirements of this announcement. Responding firms are requested to summarize their quality management plan and identify all relevant computer capabilities in Block H of the SF 330. Firms shall include only 10 PROJECTS TOTAL in Block F of the SF 330. FIRMS SHALL LIMIT BLOCK H OF THE SF 330 TO NO MORE THAN 10 PAGES.


The selected firm, its subsidiaries or affiliates that design or prepare specifications for a design-build construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost.
The prime firm and sub consultants for this contract will be required to perform throughout the contract term.
Joint ventures (JV), limited liability companies (LLC), and limited partnerships (LTD) shall submit the following additional documentation regarding their business entities:
a. A copy of the JV, LLC or LTD agreement.
b. A detailed statement outlining the following in terms of percentages where appropriate:
(1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing.
(2) The management approach in terms of who will conduct, direct, supervise, and control.
(3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work.
(4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents).
c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, email address, phone number and facsimile number.
OFFERORS MUST BE REGISTERED with the System for Award Management (SAM), formerly the Central Contractor Registration (CCR), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. A paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414.
Responses are due no later than 2:00 p.m. local time, 12 Sep 2019. The delivery addresses for your SF 330s are as follows:


U.S. Army Corps of Engineers, Albuquerque District
ATTN: Karen Irving, Contracting Division
6200 Jefferson Ave NE
Albuquerque, NM 87109-


Late responses will be handled in accordance with FAR Part 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized.
Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org.
1. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue.
2. From this page, you may view all bidder inquiries or add inquiry.
3. 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.
4. The Solicitation Number is: W912PP19R0026
The Bidder Inquiry Key is: JPZDIX-QVFQX6


b. The Bidder Inquiry System will be unavailable for new inquires 5 days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary.
c. Offerors are requested to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.
d. 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.



All questions should be submitted utilizing the USACE Bidder Inquiry System, ProjNet. Questions sent via e-mail will not be answered. The contracting POC for this project is Karen Irving, Karen.k.irving@usace.army.mil.
All potential offerors are advised to check daily the Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this presolicitation notice.


These contracts are being procured in accordance with the PL107-217, Chapter 11, as implemented in FAR Subpart 36.6. See numbered note 24 of FAR Subpart 36.6 for general information on the A-E selection process.


These task orders are firm fixed price. Projects to be assigned are not yet determined and funds are not presently available.


THIS IS NOT A REQUEST FOR PROPOSALS.


 


Karen Irving, Phone 505-342-3356, Fax 505-342-3496, Email karen.k.irving@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP