The RFP Database
New business relationships start here

MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR MILITARY PROJECTS IN THE BALTIMORE DISTRICT, U.S. ARMY CORPS OF ENGINEERS


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

CONTRACT INFORMATION: In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U. S. Army Corps Engineers Acquisition Instruction (UAI) 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of six (6) $40M, five-year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ), for Architect-Engineer (A/E) services. There is no requirement for firms to be TS-FCL cleared under this procurement. Majority of the work considered under these contracts will not require a clearance. Offerors who possess a TS-FCL at the time of posting are encouraged to provide this information in their submittal. If a future project requires a TS-FCL clearance, firms may be sponsored with the assistance of USACE-NAB. The ordering period will be five years from award. All task orders awarded under this A/E IDIQ will be Firm-Fixed-Price.

The award of these follow-on A/E IDIQs will assist USACE-Baltimore District in meeting the larger District-wide design and engineering requirements for both its intelligence community as well as other stakeholder communities within the NAD area of responsibility (AOR); with exception of Europe or other oversees locations. The awards will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services, with a small business size standard of $15M in average annual receipts.


To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1.


(1) PROJECT INFORMATION: The work may consist of A/E Services capabilities, including but are not limited to: services within the range of A/E Services as defined by 40 U.S.C. 1102 and FAR 2.101. The work may consist of comprehensive A/E services for renovation or new construction projects including but not limited to: preparation of full plans and specifications, preparation of design-build requests for proposals, construction cost estimating, site investigations, analysis, planning, master planning, National Environmental Policy Act (NEPA) documentation, programming (1391), topographic and utility surveys, geotechnical investigations, permitting, charrettes, hazardous material investigations, Building Information Modeling (BIM), energy modeling, and the preparation of reports, studies, design criteria/ design analysis documents, Leadership in Energy and Environmental Design (LEED) documentation, value engineering, presentations, coordination with various government agencies and commissions, and other general A/E services. The work may also include providing construction phase and other support services including, but not limited to shop drawing reviews, site visits, technical assistance, LEED documentation during construction, on-site representation, preparation of operation and maintenance manuals, and commissioning/start-up/fit-up design support.


The scope of projects may include but are not limited to: new construction, interior and/or exterior building renovations; heating, ventilation, and air conditioning (HVAC) upgrades; electrical upgrades; paving; and utilities and infrastructure. Facility types may include, but are not limited to: administration and training facilities, vehicle and pedestrian access control points, warehouses, community support facilities, military testing facilities, troop housing, recreational and physical fitness facilities, child development facilities, medical and non-medical laboratories, and research facilities for military and other non-military government agencies.


The IDIQ(s) will be used to support military construction (projects over $1,000,000), sustainability, restoration, and modernization (SRM), and Interagency and International (IIS) projects in accordance with DFARS 219.502-1 and DFARS 219.502-2. Each task order will have its own schedule based on the complexity of the applicable project. Task Orders will be evaluated based on level of effort for the scope of services developed for individual projects in accordance with FAR 16.5. Task Orders will be issued during the ordering period of the IDIQs and may extend beyond the five year IDIQ ordering period.


(2) SELECTION CRITERIA: The offeror (and its' subconsultants) must demonstrate its qualifications with respect to the published evaluation criteria below. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein.


Selection of the most highly qualified firms for negotiations shall be made based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include, in the following order of importance: (1) professional capabilities; (2) specialized experience and technical competence; (3) capacity; (4) past performance; (5) knowledge of the locality; and secondarily may include (1) small business participation plan; and (2) volume of DoD contracts.


The small business participation plan, as a secondary criterion, will not be applied by a pre-selection board, and will only be used by a selection board as a "tie-breaker" if necessary, in ranking the most highly qualified firms. The A/E selection procedures will be in accordance with FAR 36.6, A/E Services; DFARS 236.6, Engineering Pamphlet (EP) 715-1-7, SCO and local guidance. Interviews will be conducted in Baltimore, MD for A/E firms identified by the Selection Board.


Factor 1 - Professional Capabilities: Offerors will be evaluated on professional qualifications and competence of the proposed key personnel to provide services to accomplish the work required under this contract. The firm must have registered and licensed personnel (acceptable certification/licensure listed in parenthesis, except for those specified below), either in-house or through consultants, in the following list of key disciplines: Project manager (PE, RA), Architect (RA), landscape architect (PLA, RLA), interior designer, civil engineer (PE), electrical engineer (PE), structural engineer (PE), mechanical engineer (PE), fire protection engineer, communications engineer, anti-terrorism/force protection (AT/FP) engineer, environmental engineer, geotechnical engineer (PE), cost engineer, commissioning specialist, land surveyor (PLS), certified value specialist (CVS), construction manager, and certified industrial hygienist. The evaluation of these disciplines will consider education, training, overall and relevant experience, and longevity with the firm. No more than two (2) resumes shall be allowed per discipline, per the requirements listed below.


The Anti-Terrorism/Force Protection Engineer shall be a licensed professional engineer and have experience and training related to compliance with Department of Defense AT/FP policy standards and specifications, i.e., UFC 4-010-1.


The Communications Engineer shall be a licensed professional engineer or a registered Communications Distribution Designer (RCDD).


The Interior Designer must be certified by the National Council of Interior Design Qualifications (NCIDQ), or licensed interior designer.


The Cost Engineer shall be a certified cost professional (CCP), certified estimating professional (CEP), Certified Cost Consultant (CCC), Certified Cost Engineer (CCE), or have comparable certification, as well as experience with cost estimating software, specifically MII.


The Fire Protection Engineer shall be a registered fire protection engineer (PE), and shall have a degree in Fire Protection Engineering from an accredited university. The name of the accredited university shall be referenced in the resume provided.


The Certified Value Engineer must be accredited by SAVE International as a certified value specialist (CVS).


The Construction Manager shall be a licensed professional engineer.


The Environmental Engineer shall hold a degree in environmental/civil engineering, and shall be a licensed professional engineer.


The Certified Industrial Hygienist shall hold a CIH from the American Board of Industrial Hygiene.


The Commissioning Specialist shall be a licensed professional engineer, and be certified by one of the following organizations: Building Commissioning Association (BCA), National Environmental Balancing Bureau (NEBB), AABC Commissioning Group (ACG), or Association of Energy Engineers (AEE). The commissioning specialist shall also have documented experience as the lead person responsible for commissioning of building systems and must have at least two projects for which the individual was the documented commissioning authority for a LEED certified project. Where a single individual does not have the required experience in commissioning of both mechanical and electrical systems, multiple individuals with the necessary qualifications as stated above shall be engaged under the management of a designated lead commissioning specialist.


The availability of additional personnel in the key disciplines shall be presented in Section H to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes.


Factor 2 - Specialized Experience And Technical Competence: The firm must demonstrate specialized experience and technical competence in the following types of projects and/or work products which are listed in descending order of importance: (1) Design of new construction projects and/or renovation of existing facilities of various types and sizes; (2) Application of cost control through appropriate design and construction techniques on projects to assure projects remain within budget (cost estimating and MII); (3) Preparation of design build request for proposals; (4) Preparation of project programming documents such as master planning studies, DD Forms 1391, and experience in conducting both planning and design charrettes; (5) Experience with handling multiple task orders simultaneously; (6) Experience of the prime firm and significant subcontractors in working together; (7) Analysis and implementation of anti-terrorism and force protection (ATFP) requirements; (8) Obtaining of all necessary Federal, State or local jurisdiction permits; (9) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (10) Analysis, documentation, and implementation of LEED criteria and Energy modeling; (11) Experience in the use of BIM and USACE Advanced Modeling contract requirements.; (12) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (13) Coordination with, submissions and presentations to the State Historic Preservation Offices, National Capital Planning Commission, and the Commission of Fine Arts; (14) Asbestos and lead paint surveys and testing services.


Firms shall provide up to ten (10) projects within the last five (5) years demonstrating their experience in the types of projects and products as described in Section 1: Project Information and show specialized experience of the proposed team in provision of the services noted above. Non-DOD and commercial contracts can be included as project examples. If the sub-criteria, i.e. Number 4 above, speaks to DOD-specific requirements, the offeror shall demonstrate how they have executed similar requirements for the non-DoD and commercial projects. All projects provided in the SF 330 must be completed by the office/branch/regional office actually proposed to manage and perform work under this contract. If the Offeror is a joint venture (JV), relevant project experience should be submitted for the joint venture if shared experience is available; if no shared experience is available, offers may submit projects performed by either joint venture partner. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders (For multiple task orders that cover multiple project phases, each task order can be considered one project.), or standalone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated.


Factor 3 - Capacity: Firms must demonstrate their ability to meet schedule, scope, and budget on multiple concurrent projects by providing appropriate teams and adequate staff to perform the services required by the IDIQ contract.


Factor 4 - Past Performance: Offerors shall submit past performance evaluations as it relates to cost control, quality of work, customer satisfaction, compliance with performance schedules, and compliance with utilization of small business concerns and small business sub-contracting plans. This information will be obtained by the Contractor Performance Assessment Reporting System (CPARS), evaluations provided by the offeror, retrieving evaluations from the Performance Information Retrieval System (PPIRS), and/or reviewing past performance questionnaires (PPQs) in the approved Naval Facilities Command (NAVFAC) format submitted by the Offeror. PPQs not submitted in the approved format will not be evaluated. Offerors will be evaluated based on quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. Past performance as to utilization of small business will also be considered. Other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror will be considered. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. NOTE: Past performance information for projects listed under Factor 2 will be given greater consideration. Non-DoD and Commercial projects SHALL utilize the PPQ format to obtain past performance information.

Factor 5 - Knowledge of the Locality: Firms will be evaluated on their demonstrated knowledge of the USACE NAD Area of Responsibility (AOR) and the USACE Baltimore District local conditions or project site features such as geological features, climatic conditions, local construction methods, agency coordination, permitting, and local laws and regulations. The required knowledge may be sources through the Prime or approved subcontractor.


The secondary factors will be employed as "tie-breakers" among firms that are deemed technically equal, and will only be used, if necessary in determining the most highly qualified firms. The secondary factors are listed in their respective order of importance.


Factor 1- Small Business Participation Plan: Firms shall demonstrate the extent of their participation with small businesses. Offerors will be evaluated in terms of their ability to successfully meet the small business participation target goals through collective small business participation from any type of small business or sub-category small business.


Factor 2 - Volume of DoD Contracts: The volume of work previously awarded to the firm by DOD within the past 12 months will be evaluated in considering equitable distribution of work among architect-engineer firms. Only awards of A-E contracts will be considered, which includes awards to all branch offices of a company, except as indicated in Defense PGI 236.602-1(a)(6)(A)(2). For IDCs, the total value of task orders actually issued by agencies in the last 12 months will be considered, and not the potential value of the contracts. For all types of contracts, options that have not been exercised will not be considered.



(3) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform
this work must submit three (3) hard copies and one (1) electronic copy with password protection on CD of the SF 330, (Part I, Part II) for the prime and all consultants; and one (1) electronic copy with password protection on CD of the Small Business Participation Plan no later than 11:00 AM Eastern Time, 21 July, 2019. The SF330 and the Small Business Participation Plan shall each be submitted as separate files using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. The SF330 Part 1 shall not exceed 110 pages (8.5" x 11"). Each printed side of a page will count as a page. The Part IIs and CPARS/PPQs ARE included in the total page count. When utilizing 11" x 17" fold-outs for charts, diagrams, graphs, tables, exhibits, figures, etc.; it will be considered two (2) pages if both sides are used. Section H may not exceed a total of 15 pages. Solicitation packages are not provided and no additional project information will be given to firms during this announcement period.


When applying for the $240M A/E IDIQ, identify submissions as: MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR MILITARY PROJECTS IN THE BALTIMORE DISTRICT, U.S. ARMY CORPS OF ENGINEERS $240M A/E IDIQ.


Point of Contact


Erica Eaton
Erica.A.Eaton@usace.army.mil
U. S. Army Corps of Engineers, Baltimore District,
Contracting Division
2 Hopkins Plaza,
Baltimore, MD 21201
410-962-4958


Mailing Address


U.S. Army Corps of Engineers, Baltimore District
ATTN: Erica Eaton
Contracting Division
2 Hopkins Plaza,
Baltimore, MD 21201
410-962-4958


Place of Performance


The contracts will be used for projects within USACE's North Atlantic Division's geographic area of responsibility (AOR); with exception of Europe or other oversees locations.


 


Erica Eaton, Contract Specialist, Email Erica.A.Eaton@usace.army.mil - Leigha Arnold, Contract Specialist, Phone (410) 962-0641, Email Leigha.M.Arnold@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP