The RFP Database
New business relationships start here

Information Systems Facility at Fort Polk, LA


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

C - Architect-Engineer Services


General Information


Document Type: Pre-solicitation Notice
Solicitation Number: W9126G19R0029
Posted Date: 01 February 2019
Response Date: 04 March 2019
Archive Date: NA
Classification Code: C -- Architect and Engineering (AE) Services
Title: C-Type Contract for Architect-Engineer (AE) Services for Design-Build (DB) RFP Development Information Systems Facility, Fort Polk, LA
Fort Worth District (SWF)
(Unrestricted)



Contracting Office Address


U.S. Army Corps of Engineer District, Fort Worth; P.O. Box 17300; 819 Taylor Street; Room 2A17; Fort Worth, Texas 76102-0300.


Description


1. CONTRACT INFORMATION:


This announcement is unrestricted. The procurement of this contract is in accordance with 40 USC Chapter 11 Selection of Architects and Engineers and Public Law (PL) 92-582, formally known as the Brooks Act, as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms must demonstrate competence and qualifications for the required work, stated in this synopsis, for selection for negotiation.


This announcement is open to all firms regardless of size. One firm-fixed-price contract will be negotiated. 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 the work it intends to subcontract. The subcontracting plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000.


Eligibility for this contract award requires registration of the offeror with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/. NO STATE-LEVEL certifications will be accepted.


2. PROJECT INFORMATION: The Information Systems Facility (ISF) will consist of a 2 story building that consolidates the components of Information Management/Information Technology (IM/IT) services, all telecommunications systems that feed into it, and associated administrative support. ISF's are used for telecommunications, network and switch, voice and data systems, enterprise management, servers, data storage, information assurance, transmission network installation and maintenance, land mobile radio, desktop support, system support, tactical support, customer support and related purposes. The facility will contain and Information Processing Node with a raised floor, network operations center, tech lab, video teleconferencing conferencing, classrooms, training rooms, conference rooms, offices, and support facility for all and similar functions. The preferred arrangement is security station, main conference rooms, classrooms, restrooms, and break rooms in close proximity. The administrative office space for ISF divisions is grouped together as a suite, with general office space delineated by organizational elements and security zones. The approved project site is approximately eight (8) acres. Site improvements will include the relocation of a fiber utility corridor and a high voltage overhead power distribution line that transitions the sites southwestern third. The site is adjacent to B4373 and roadway systems. Texas / Louisiana Avenues, which are boulevard sizes and Tennessee Avenue, a secondary roadway run adjacent to the site. Contained within the site is B4370, a 5,630 square foot temporary general purpose administration facility currently used by the Department of Logistics, which has been identified for demolition. The selected offeror shall provide the complete design (drawings, specifications, design analysis, and cost estimates) for a Design-Bid-Build construction Request for Proposal for a 35% design with an option of a 100% design if the CODE 6 is provided to proceed with the next stages of the 100% design. The design shall include a 35,171 square foot facility and associated site work located at Fort Polk, LA.


The A-E shall furnish all labor, management, investigations, studies, travel, facilities, supplies, equipment, and materials to perform the required services. During the execution of work, the A-E shall provide adequate supervision and quality control to assure the accuracy, quality, timeliness, and completeness of the work.


The A-E shall provide a Value Engineering (VE) Study which will be prepared by a third party contracted by the A-E. The VE Study Session will take place during the 35% review conference. The VE team will review the Initial Design submittal and will attend the Initial Review Conference In-Brief. The VE team will then breakaway and conduct their workshop separately. The results of the VE team's workshop will be provided by the Government to the A-E. The A-E shall provide rationale for not accepting any VE alternatives and incorporate the accepted alternatives in the Interim Design.


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-e are primary. Criteria f-h are secondary and will only be used to rank the contractors among the technically qualified contractors as a tie-breaker in ranking the most highly qualified firms.


In this synopsis the term "recent" means A-E tasks orders or contracts completed after 2010. Older projects will not be considered.


(a) Specialized Experience and Technical Competence. Ensure that all specialized experience requirements are reflected on appropriate personnel resumes in Section E and example projects in Section F, Part I of the SF 330. For criteria listed below, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence provided the nature and extent of all team arrangements are identified and disclosed. Offerors should describe the nature and extent of prior teaming experience with the proposed subcontractors.


The firm must demonstrate expertise in the following:


(1) In Section E, Part I provide the relevant project examples that best illustrate the designers' experience relevant to the proposed project as follows:
i. Designing projects on military installations within the Eastern Area Office region (Fort Polk).


ii. Experience designing Information Systems Facilities.


(2) In Section F, Part I provide project examples that best illustrate the proposed team's experience for this project. More weight will be given to design-bid-build projects designed within the past five (5) years to ensure that the firms are familiar with the most current codes and requirements.


The project examples shall:


i. Include the project name and location.


ii. Provide two (2) project examples minimum. The two (2) project examples shall have a design fee of $1M or greater. The total design fees stated shall be the actual amount performed by the proposed team. Show experience in Brigade Headquarters and/or Mission Training Facilities.


(3) In Section E and F, Part I demonstrate the team's capability to design facilities with the specific requirements for the type of building.


(4) In Section E and F, Part I demonstrate the team's capability to design a mechanical system that will provide the proper dehumidification to provide the appropriate controlled environment on the building structure and to protect the systems inside the facility.


(5) In Section E and F, Part I demonstrate the team's capability to design projects in accordance with the latest DOD Force Protection/Anti-Terrorism criteria, UFC codes, Green Building Initiate's (GBI) "Guiding Principles Compliance", EISA 2007 Section 438, commissioning, and ASHRAE 90.1 requirements.


(b) Professional Qualifications. The offeror shall demonstrate that all expertise requirements are met on key personnel resumes in Section E, Part I of the SF330. When a minimum number of years/experience is listed, it is within the past (10) years from the closing date of the synopsis. The following is a list of the key personnel, minimum requirements and the minimum number required for this contract. These minimum requirements can be met utilizing in-house or consultants/subcontractors. Provide a commitment letter or agreement between the offeror and its subcontractors. Do not list a subcontractor as your firm's employee, as this will be cause for rejection of the SF330. Additional personnel other than the required will not be evaluated. If one professional of a specific discipline is required, and two are provided, only the first will be evaluated.


One (1) Project Manager;
One (1) Registered Architect;
One (1) Registered Civil Engineer;
One (1) Registered Landscape Architect;
One (1) Registered Structural Engineer;
One (1) Registered Electrical Engineer;
One (1) Registered Mechanical Engineer;
One (1) Registered Fire Protection Engineer (to qualify: the person shall be a registered professional engineer, with a minimum of five (5) years' experience dedicated to fire protection engineering, and have ONE of the following: (a) a degree in Fire Protection Engineering from an accredited university OR (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination);
One (1) Certified Cost Estimator with MII experience;
One (1) Professional Land Surveyor licensed in the state of Louisiana;
One (1) Certified Value Specialist (CVS)


All work must be done by or under the direct supervision of licensed Engineers and/or Architects. All personnel shall show recent experience, relevant to the project design. Provide a breakdown of projects per discipline/professional to show recent experience.


Evaluation of each discipline will consider education, registration, relevant project experience and longevity with the firm. Engineers and architects with a degree from an accredited university engineering or architectural program (ABET, NAAB) is preferred but not required. The cost estimator does not have to be a PE or registered architect. The cost estimator shall be certified by AACE, Tri-Services, or any of the nationally recognized cost estimating certification organizations. The Certified Value Specialist shall have a current certification by SAVE International. The Project Manager is not required to have a PMP, but it is preferred. The greater number of personnel resumes with Guiding Principle Compliance Professional (GPCP) accreditation will also be given preference.


Provide a separate employee for each stated requirement above to meet the number required, no dual roles. The title of the roles on the resumes and organizational chart must match the required discipline. Do not submit additional personnel resumes in addition to those required. Do not show on the organizational chart additional personnel. Organizational Chart should only show required personnel.


(c) Past Performance. The 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 the Contract Performance Assessment Reporting System (CPARS) and other sources. The Government will retrieve the past performance evaluation for all offers with projects in CPARS. The Government will retrieve the past performance evaluation for all firms involved from the past five years. If the firm is a Joint Venture (JV) and has no past performance evaluation the past performance evaluation will be retrieved for each JV partner.


(d) Capacity. In Section H, Part I, SF 330, demonstrate the team's capacity to complete the full design (drawings and specifications) of a similar project with a design fee greater than $5M, within ten (10) months.


(e) Knowledge of Locality. In Section H, Part I, SF 330, describe the team's familiarity and knowledge of standards, codes, laws, privatized utilities in the vicinity of FP, the project region, and permit requirements for Fort Polk, LA. Provide evidence of knowledge of the SW Region of USA's climate Zones 2 and 3, as defined by the current version of the Climate Data Center.


The following items (f thru h) are the secondary criteria:


(f) Utilization of Small Business Firms. In Section H, Part I, SF 330, provide a description of the prime and any subcontractor's affiliation as a small business. Per FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014), it is the policy of the United States that small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns shall have the maximum practicable opportunity to participate in performing contracts let by any Federal agency. Also discuss the goals for subcontracting small and small disadvantaged businesses in sufficient detail to allow evaluators to determine the amount and whether the goals are realistic and justifiable.


(g) Geographic Proximity. In Section H, Part I, SF 330, provide the physical location of a firm in relation to the location of potential projects. The geographic location for this Contract is Fort Polk, LA. Lack of evidence of Geographic Proximity will rate the offeror less highly.


(h) Volume of DoD Contract Awards. In Section H, Part I, SF 330, provide the volume of DOD contact awards, date of awards, numbers of awards, stated in dollars, for each firm for the past twelve (12) months (see details in subsequent paragraph 4(f)). Include the awards to all branch offices. Provide the project name, district, contract number, dollar amount, and the month/year of the award.


4. SUBMITTAL REQUIREMENT: In an effort to reduce paperwork and cost, submit ALL SF 330s electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/safe/. At the AMRDEC SAFE website, select the link: For users without a CAC OR if your computer is not configured to read your CAC. Using this option will allow you to access the SAFE site as a guest. When completing the information for transmittal at the AMRDEC SAFE website, submit the notification to: CESWF-CT-PreawardProposal@usace.army.mil.


(a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit a SF 330 (8/2016 Edition), for the prime firm and all consultants/subcontractors to the site stated above not later than 2:00 P.M. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 2:00 P.M. the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or in paper will NOT be accepted. Personal visits to discuss this announcement will not be allowed.


(b) Submit a compiled SF 330, Part I, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm, and subcontractors) proposed for this contract. Do not include company literature with the SF 330.


(c) Use no smaller than 10 font type using Standard English. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Number the paragraphs of the SF 330 to correspond to the paragraph numbers in this synopsis. Submit the SF 330's in searchable PDF format.



SF330, Part I, ADDITIONAL INSTRUCTIONS:


(a) In Section C, identify the discipline/service supplied by each firm. With the firm name provide whether the firm is small business and what type.


(b) In Section D, include a Team Project Organization Chart to indicate how each firm on the proposed team (prime and each subcontractor is identified in Section C) integrates into the composite team. Job titles and organization chart must match the required discipline titles. Organizational charts can be up to two (2) pages 8 ½ x 11 pages or one (1) 11x17 page.


(c) In Section E, provide brief resumes of the on-staff or subcontractor employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3(b).


(d) In Section F, provide a minimum of two (2) but no more than five (5) projects for consideration. Specify on each project the value of the A-E Service performed. Use no more than one page per project.


(e) In Section G, Block 26, list the names of all individuals included in the resumes in Section E in Block G-26 along with their firm name, firm location and their roles even if example project experience in Block G-28 is not applicable.


(f) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in paragraph 3, Selection Criteria, of this synopsis. When addressing team capabilities, clarify planned capability, existing capability and prior experiences, if applicable. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in paragraph 3 herein. To describe paragraph 3.(f), provide an itemized summary of DoD contract awards to include Agency, Contract Number/Task Order No., Project Title and amount. (Note: award of Indefinite Delivery Contracts should not be counted as award amounts, only actual task orders) Generally, provide a brief presentation of internal controls and procedures that demonstrate the firm's overall Design Quality Management Plan (DQMP,) which provides sufficient information about this plan and clearly explains the ability of the firm to control costs, schedule and quality of work to be submitted to the Government. A project-specific detailed quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 10 pages for Section H.


SF330, PART II, ADDITIONAL INSTRUCTIONS


(a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, as well as for other offices of the prime and subcontractor offices proposed to perform the work, even if one is already on file. All Part IIs MUST be signed (signed within the past 36 months from the closing date of the synopsis) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II, if the firm is a Small Disadvantaged Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three (3) fiscal years must not exceed $15,000,000.


(b) In Block No. 4, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1-866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work.


(c) No additional project information will be given to firms during this announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Daina R. Black: Daina.R.Black@usace.army.mil, and Technical - Edgar Jörge-Ortiz, A.I.A., NCARB, LEED: Edgardo.Jorge-Ortiz@usace.army.mil. All questions must be submitted through the ProjNet System.


OFFERORS QUESTIONS AND COMMENTS


(a) 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.


(b) 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 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 to continue.


(c) From this page you may view all bidder inquiries or add an inquiry. Only one question will be allowed per inquiry. If multiple questions are included in a single inquiry, only the first question will be answered. All others will remain unanswered until entered in as single inquiries.


(d) 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.


(e) The Solicitation Number is: W9126G-19-R-0029


(f) The Bidder Inquiry Key is: 88UCRM-998DV6


(g) The Bidder Inquiry System will be closed to new inquiries seven (7) calendar days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. If the System is not closed in a timely manner, an inquiry posted within seven (7) calendar days of the scheduled receipt of proposals date will still be regarded as untimely and will not be afforded a substantive response.


(h) Offerors are requested to review the specification in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.


(i) The bidder call center Help Line operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 1-800-428-HELP (1-800-428-4357).


(j) Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals.


Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered you may e-mail: CESWF-CT-PreawardProposal@usace.army.mil.



THIS IS NOT A REQUEST FOR PROPOSAL.


Daina R. Black, Contract Specialist, Phone 8178861031, Email daina.r.black@usace.army.mil - Linda Eadie , Contracting Officer, Phone 816-886-1085, Email linda.d.eadie@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP