The RFP Database
New business relationships start here

Multi-Discipline Architect/Engineering (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for the Bureau of Engraving and Printing (BEP) Contract


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

Description
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 a single $100M, Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architect-Engineer (A/E) services for the Bureau of Engraving and Printing (BEP). The ordering period will be a five (5) year base period with a five (5) year option period. All task orders awarded under this A/E IDIQ will be FFP. This requirement will be procured under Full and Open Competition.

This contract will be used to support the design efforts for the construction of a new 850,000 square foot (sq. ft.) to 1,000,000 sq. ft. facility that will support all manufacturing needs for the BEP east coast currency production operations. Some administrative functions from the Main and Annex Buildings in Washington, D.C., and Landover, MD will also be transitioned to the new facility. The estimated magnitude for construction of the new production facility is $500,000,000 - $850,000,000. This estimated magnitude includes design and construction phase services, as well as the procurement of non-production equipment (i.e., IT, AV, and security equipment). This new facility will be located within the National Capital Region and is anticipated to be similar to the Western Currency Facility in Fort Worth, Texas. The award 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. Anticipated award date is January 2020.


In addition, the requirements for this procurement will include, but are not limited to planning, design, and construction phase services with unique requirements for: (1) Material movement (i.e., movement of material from storage areas to production line, movement of work-in-progress between production equipment); (2) Space management (i.e., balance of administrative workspace vs. production operation space (laboratory, print rooms, research and development, storage, etc.) to allow for collaboration of management and technical experts regarding production and manufacturing issues); (3) Waste Management (i.e., hazardous waste management (storage and disposal, to include waste associated with required operation and maintenance (O&M) of printing equipment); ventilation systems that effectively mitigate industrial exhaust); (4) Evaluation of the possible employment of automated material handling systems (i.e., barcode and/or quick response (QR) codes to track and manage material) and robotic material movement to minimize delays on the production line; (5) Inclusion of required security protocols (i.e., cages and vaults) and systems for secured areas for currency paper and some inks, research functions, quality assurance, and certain disposal processes; and (6) Development of all major utility infrastructure systems to provide service to the new facility.


To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Contractors and/or subcontractors shall either be U.S. citizens or have lawful permanent resident alien status (green card holder) and must be able to sign a Non-Disclosure Agreement (NDA). Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1.


Organizational Conflict of Interest. In accordance with FAR 9.505-1, FAR 9.505-2, and FAR 9.505-4, the A/E firm (and/or team) will be precluded from proposing on the resultant construction contract. Additionally, firms may be precluded from follow on procurements through the Bureau of Printing and Engraving for production equipment or other services related to this project pending a determination of the extent to which the firm provided systems engineering and technical direction for this effort in accordance with FAR 9.505-1. This determination would be made by the BEP Contracting Officer.


(1) PROJECT INFORMATION: The work may consist of A/E Services capabilities, including but not limited to: services within the range of A/E Services as defined by 40 U.S.C. 1102 and FAR 2.101, design of integrated information technology (IT) and security systems for a turn-key production facility, new construction, process optimization for the BEP industrial/manufacturing production, engineering analyses (i.e. lean six sigma), systematic layout planning studies, functional planning meetings, charrettes, programming, preparation of full plans and specifications, preparation of design bid build (DBB) or Design Build (DB) requests for proposal (RFP), construction cost estimating, validation of recently conducted site investigations, coordination with parties completing National Environmental Policy Act (NEPA) documentation, validation of recent topographic and utility surveys and hazardous material investigations, geotechnical investigations to include geotechnical design, permitting, Building Information Modeling (BIM) and USACE Advanced Modeling contract requirements, 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, construction phase and technical assistance services, and other general A/E services.


Each task order will have its own schedule; however, given the complex nature of the requirements for this new production facility, an overall programmatic schedule will be developed and updated, as required. Schedule for design efforts may include early design packages to facilitate early construction efforts to meet the BEP's production schedule. Task Orders will be evaluated based on level of effort for the scope of services developed in accordance with FAR 16.5. Task Orders will be issued during the ordering period of the IDIQ and may extend beyond the ten (10) 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 firm 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 the following factors in descending order of importance: (1) specialized experience and technical competence; (2) professional qualifications; (3) past performance; (4) capacity; (5) knowledge of the locality; and secondarily may include (1) small business participation plan.


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 the determination of 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, and local guidance. Interviews will be conducted in Baltimore, MD for A/E firms identified by the Selection Board.


Separate from the SBPP, the most highly qualified offeror selected to enter into negotiations will be required to submit a subcontracting plan meeting the requirements of DFARS PGI 219.704-5, if other than a U.S. Small Business. The subcontracting plan shall reflect and be consistent with the commitments offered in the SBPP proposal and the subcontracting goals outlined in the subsequent RFP. At present, the Government anticipates a subcontracting goal of 20% for small businesses.


Factor 1 - Specialized Experience And Technical Competence: The firm must demonstrate, in order of importance, specialized experience and technical competence in: (1) integrated design of large, complex, multi-phase DoD, non-DoD, and/or commercial manufacturing facilities; (2) delivering facilities with integrated security, IT and/or automation, with significant consideration given to climatic control as it relates to the storage and movement of raw materials and work in progress (WIP); (3) conducting systematic layout planning studies; (4) planning and integration of Government Specified Equipment into construction documents and coordination during construction phases to include but not limited to: production equipment, IT backbone, audio visual, and production automation systems; and (5) successful preparation of DB or DBB requests.


Firms shall provide up to five (5) projects (to include non-DoD and commercial projects) within the last ten (10) years, demonstrating their experience in the types of projects and products as described in Section 1: Project Information and in Factor 1 above. The projects presented as examples shall be completed work (i.e., completed DB and/or DBB RFPs, design documents).


All projects provided in the SF 330 must demonstrate the effectiveness of the proposed project team 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.


Factor 2 - Professional Capabilities: Offerors will be evaluated on education, training, registration, certifications, overall and relevant experience, and longevity with the firm. The firm must have registered and licensed personnel, either in-house or through consultants, in the following list of key disciplines (required registration/license in parenthesis): Architect (RA), Civil Engineer (PE), Commissioning Specialist (PE and an additional certification listed below), Physical Security Specialist, Communications Engineer (PE/RCDD), Cost Engineer (PE), Electrical Engineer (PE), Industrial Engineer (PE), Interior Designer (Certified or Licensed ID), Mechanical Engineer (PE), Project Manager (PE or RA), and Structural Engineer (PE).


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 in (1) commissioning mechanical and electrical systems; (2) serving as the lead person responsible for the commissioning of a building system of similar type, scope, and complexity; and (3) working on a LEED certified project.


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, and shall demonstrate experience with conducting detailed cost analyses at all design phases, 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 Electrical Engineer shall demonstrate experience with designing significant equipment loads, to include prime power and low-voltage systems, zero-failure emergency generators, and central utility plant design.


The Interior Designer shall demonstrate experience with facility design and planning, and space programming analyses.


The Project Manager shall demonstrate experience leading large, complex projects of similar type, scope, and complexity as described above.


The Structural Engineer shall be a licensed professional engineer and demonstrate experience with and training related to compliance with Department of Defense AT/FP policy standards and specifications, i.e., UFC 4-010-1, and heavy-load foundation design.


The availability of additional personnel in the key disciplines, and other recommended personnel and/or disciplines for executing A/E services related to this program shall be presented in Section H of the SF 330 to ensure that the firm can meet the Customer's requirements.


Factor 3 - Past Performance: Offerors shall submit past performance evaluations as it relates to similarities of the work in terms of complexity, scope, and size (i.e., projects cited as relevant experience in Section F of the SF 330); cost control; quality; customer satisfaction; and adherence to schedule. This information will be obtained by reviewing Contractor Performance Assessment Reporting Systems (CPARS) evaluations provided by the Offeror, retrieving evaluations from the Past Performance Information Retrieval System (PPIRS), and/or reviewing past performance questionnaires (PPQs) in the approved Naval Facilities Command (NAVFAC) format. PPQs not submitted in the approved format will not be evaluated.


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.


NOTE: Past performance information for projects listed under Factor 1 will be given greater consideration. For non-DoD and commercial project examples cited, the PPQ format shall be used to obtain past performance information for consideration by the selection board.


Factor 4 - Capacity: Firms must demonstrate their ability to meet schedule, scope, and budget on projects of similar size; and outline the available capacity of disciplines to execute simultaneous lines of effort required to complete this new BEP facility. This discussion will include a narrative detailing how the lead disciplines will manage their respective teams to achieve design completion.


Factor 5 - Knowledge of the Locality: Firms will be evaluated on their familiarity with the National Capital Region (NCR) and USACE Baltimore District Area of Responsibility (AOR). The firms shall discuss their knowledge of geological features, climatic conditions, local construction methods, agency coordination, permitting, and local laws and regulations. The firms shall discuss their knowledge of coordination with, submissions and presentations to the National Capital Planning Commission as well as the Maryland-National Capital Park and Planning Commission.


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 (SBPP): 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.


(3) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform
this work must submit one (1) hard copy and one (1) electronic copy on a CD of the SF 330, (Part I, Part II) for the prime and all subconsultants; and one (1) electronic copy on CD of the Small Business Participation Plan no later than 11:00 AM Eastern Time, 23 September 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 125 pages (8.5" x 11"). Section H of Part I of the SF 330 shall not exceed 15 pages. Each printed side of a page will count as a one (1) page. The page count excludes the cover sheet and letter, tabs, past performance evaluations (PPQs, CPARS), and Part II. Section D (Org Chart) and Section G (matrix) may be 11"x 17). There are no page limitations for any particular section of the SF 330.


When applying for the BEP A/E IDIQ, identify submissions as: W912DR19R0073 - MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR THE BUREAU OF ENGRAVING AND PRINTING, BALTIMORE DISTRICT, U.S. ARMY CORPS OF ENGINEERS.


Request for Information (RFI)s shall be submitted to the Contract Specialist by 06 September 2019. Responses to these RFIs will be posted to FBO no later than 13 September 2019.


Point of Contact


Leigha Arnold
Leigha.M.Arnold@usace.army.mil
U. S. Army Corps of Engineers, Baltimore District,
2 Hopkins Plaza
Baltimore, MD 21201
410-962-0641


Mailing Address


U.S. Army Corps of Engineers, Baltimore District
ATTN: Leigha Arnold
Contracting Division
2 Hopkins Plaza
Baltimore, MD 21201
410-962-0641


Place of Performance


The contract will be used by the BEP at a site to be selected within the NCR.


Leigha Arnold, Contract Specialist, Phone 4109620641, Email Leigha.M.Arnold@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP