The RFP Database
New business relationships start here

Request for qualification Civil/Structural A&E


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

     
NOTICE TO OFFERORS: THIS IS NOT A REQUEST FOR PROPOSAL 

1. CONTRACT INFORMATION

Civil A-E design services for Malmstrom AFB and surrounding areas, in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36.  The Government anticipates award of one (1), Not-To-Exceed Civil A-E IDIQ contract for Title I and Title II services, resulting from this notice as a Full and Open Competition.  Anticipated award date is March 2019.   NAICS code is 541330 - Engineering Services, size standard is $15M.  The anticipated performance period will be a base period of one year with three, one-year options.  The Government will guarantee a minimum of $5,000 under the base year only.  Cumulative amount of all task order fees will not exceed $2,995,000 over the life of the contract.  Work will be issued by negotiated firm-fixed-price task orders.  Individual task order values will not exceed $399,000.


 

Points of Contact

 

Dennis DeForest, Contracting Specialist, Phone (406) 731-4647, Email dennis.deforest.2@us.af.mil


 

Melanie Dewing, Contracting Officer, Phone (406) 731-4004, Email melanie.dewing@us.af.mil

 

341st Contracting Squadron, 7015 Goddard Dr. Bldg. 145, Malmstrom AFB MT 59402


 


2. SERVICE DESCRIPTION


The 341st Contracting Squadron will be soliciting for one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Civil Architect-Engineer (A-E) Contract for Title I, Design Services, and Title II, Inspection Services.


 

Such services could consist of civil, structural, architectural, mechanical, electrical, fire protection, landscape, environmental, and topographical cadastral and geotechnical surveys of existing conditions or facilities and field surveys for topographic or locative purposes; development of documentation and reports for conceptual solutions, design criteria, environmental assessments, and impact analysis; producing economic analysis, detailed cost estimates, construction drawings and specifications, bid schedules, color boards and renderings, and any other documentation necessary to execute a maintenance, repair, alteration, and/or construction project.  The area of work shall include, but not limited to, Malmstrom Air Force Base and surrounding areas supported by Malmstrom AFB (Missile Alert Facilities (MAF) and Launch Facilities (LF)).


 


3. INSTRUCTIONS TO OFFERORS


 

Qualified firms desiring consideration shall submit three (3) hard-bound and tabbed copies and one (1) CD containing the following:  Standard Form (SF) 330, Part I - Architect-Engineer Qualifications and the submission requirements contained in Section 4 (Paragraphs A-F), Evaluation Criteria, of this advertisement.  Submissions are due by 2:30 PM MST on

14 September 2018 to the 341st Contracting Squadron as noted in Section 1, Contract Information, of this advertisement.  Email and Fax submissions are not acceptable.  Nonresponsive submissions will not be considered by the A-E selection board.  Text for each applicant is limited to 50 pages each, 10 point font minimum, exclusive of indexing tabs, project photos or drawings with brief captions.  The SF 330 is available on the GSA website


http://www.gsa.gov/portal/forms/download/116486.


 


All firms are advised that registration in the System for Award Management (SAM), previously CCR, database is required prior to award of a contract.  Failure to register in the SAM database may render your firm ineligible for award.  For more information, check the SAM Website: http://www.sam.gov. ; This is not a request for proposal.  Please send questions/comments, referencing the solicitation number, via email to Dennis DeForest at dennis.deforest.2@us.af.mil .


 


4. EVALUATION CRITERIA


 

Submissions received in response to this notice will be evaluated by a board of engineers and others in accordance with FAR Part 36.6 and PL 92-582 (Brooks A-E Act).  The selection board shall be chaired by a Registered Professional Engineer.  The evaluation board will hold discussions with the top 3, most highly qualified firms during the final selection process.   


The following adjectival ratings will be used to evaluate the documentation submitted:


 

Outstanding:  Submittal meets requirements and indicates an exceptional approach and understanding of the requirements. Submittal contains multiple strengths and no deficiencies.

Good:  Submittal meets requirements and indicates a thorough approach and understanding of the requirements. Submittal contains at least one strength and no deficiencies.

Acceptable:  Submittal meets requirements and indicates an adequate approach and understanding of the requirements. Submittal has no strengths or deficiencies.

Marginal:  Submittal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements.

Unacceptable:  Submittal does not meet requirements and contains one or more deficiencies.


 


Firms will be ranked in order of the most highly qualified according to the following selection criteria listed in descending order of importance. 


 


A. Professional qualifications necessary for satisfactory performance of required services.


 

•1.      Submission requirements:

•·         Submit personal resumes that best demonstrate the firm's professional qualifications, including specific licenses and registrations relevant to the solicitation requirements.  All technical disciplines listed in Section 2 of this advertisement shall be represented in order to obtain the most favorable rating. Resumes should be submitted for each discipline, principal, project manager, and other support personnel, for up to 20 disciplines, that will handle work for the solicited task orders.

•·         Each resume package will be submitted on an SF330 Section E.  One additional page (any format) may be attached to the resume, but the total resume may not be longer than two (2) pages in length (SF330 Section E and one additional page). Identify Professional Engineer licenses and certifications and state licensed.


 

•2.       Basis of Evaluation:

•·         The evaluation of professional qualifications will include but is not limited to the subjective assessment of the firm's individual resumes as required in the solicitation.

•·         Firms unable to demonstrate required qualifications necessary to perform these kinds of designs may be considered non-responsive.  Failure to provide requested data may negatively impact a firm's rating.

•·         Higher ratings for this may be given when the firm's specific personnel demonstrate excellent or very good credentials, above and beyond those usually expected and relevant to the solicitation.  Maximum Score for these criteria is 25 points.


 


B. Specialized experience and technical competence in the type of work required, including but not limited to, experience in energy conservation, pollution prevention, waste reduction, Leadership in Energy and Environmental (LEED) Design and the use of recovered/recycled materials.


 


Specialized experience pertains to the types and volume of work previously or currently being performed by a firm that are comparable to the types of work covered by this requirement.

 

•1.      Definitions:

•·         Experience measures the degree to which a firm has completed projects relevant to subject solicitation.

•·         Specialized work means design projects similar in scope, size, construction features, dollar value, and complexity as on an Air Force Base.  This includes the ability to analyze existing facilities and building systems and develop economical solutions for upgrading and repair to meet new requirements.  Also work experience with Department of Defense and Air Force construction standards such as the Unified Facilities Criteria, Sensitive Compartmented Information Facilities, Special Access Program Facilities, and antiterrorism/force protection standards.  Projects submitted outside these parameters will be assigned lower ratings.

•·         Similar dollar value is considered construction projects of $100,000 and greater.

•·         Similar complexity is considered projects of an operational likeness and similarity to this solicitation.

•·         "Within the past three (3) years" shall mean from date of package submission to three (3) years prior.


 

2. Submission requirements:

•·         Submit up to five (5) relevant projects, accomplished within the past three (3) years that best demonstrate your relevant experience to the solicitation requirements. A firm is at risk of receiving a lower rating if fewer than two (2) relevant projects are submitted.

•·         Complete and submit an SF330 Section F data summary sheet for each project. Each project data package may not be longer than two (2) pages (SF330 Section F and one additional page) in length and may include verbiage, graphics and photos.

•·         Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy.


 

3.  Basis of Evaluation:

•·         The evaluation of specialized experience will include but is not limited to the subjective assessment of the firm's resume of the type of work required in the solicitation.

•·         Firms unable to demonstrate proven competence to perform these kinds of projects may be considered non-responsive.  Failure to provide requested data may negatively impact a firm's rating.

•·         Higher ratings for this may be given when a proposal demonstrates project examples of excellent or very good examples of projects relevant to the solicitation. Maximum Score for these criteria is 20 points.

•·         Firms able to demonstrate proven experience in energy conservation, pollution prevention, waste reduction, Leadership in Energy and Environmental (LEED) Design and the use of recovered/recycled materials will also be given an additional 5 points. Firms unable to demonstrate these experiences will be given 0 points.

 


C. Capacity to accomplish multiple task orders up to $399,999.00 per task order within the required time frame.


 


Identify the firm's past and present workload, and convey the understanding of being able to handle several task orders concurrently and within prescribed deadlines/constraints.

 

•1.      Submission Requirements

•·         Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's approach to accomplishing multiple, concurrent task orders with emphasis on meeting prescribed deadlines.


 

•2.      Basis of Evaluation:

•·         Evaluation of this factor will be a subjective assessment of the firm's ability to clearly demonstrate an understanding of multiple task order project goals and requirements set for the completion of multiple, concurrent task order projects within prescribed deadlines.

•·         Higher ratings may be given for this factor when information provided exceeds the minimum requirements.  Maximum Score for these criteria is 20 points.

 


D. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules.


 


Past performance relates to how well a firm has performed on substantially completed projects, within the past three (3) years.

 

•1.      Definitions:

•·         Past performance is a measure of the degree to which a firm satisfied its customers in the past and complied with applicable laws and regulations.

•·         Government agencies are defined as local, state, and federal entities.

•·         Private industry is defined as non-governmental clients.

•·         "Within the past three (3) years" shall mean from date of package submission to three (3) years prior.

•·         The term "substantially complete" shall mean a fully designed project with construction of the facility/project more than 80% complete.

 

2.  The solicitation will require the following:

•·         Firms shall have customers complete Past Performance Questionnaires and customers shall submit them directly to the Government.

•·         Past Performance Questionnaires shall include specifics for each project submitted, but not be limited to, the following information:

•§  Project description, Contract amount, Dates, and Client information; 

•§  Providing a dialogue and a resulting rating for the areas of Quality, Professionalism, Cooperativeness, Problems, Adherence to schedule, Cost control, and Customer satisfaction; 

•§  Answer the question - "Would you award this firm another contract?"

•·         Firms shall have previous clients submit design and construction projects Past Performance Questionnaires that are the same as the projects included in its proposal for Relevant Experience. Ensure correct phone numbers and email addresses are provided for the client point of contact.  Failure to provide requested data or to provide an accessible point of contact may negatively impact a firm's rating.

•·         Completed Past Performance Questionnaires are to be emailed or mailed from the client directly to the Government Contracting Officer and are not to be submitted via the firm. In order for the client evaluation to be considered, the Past Performance Questionnaires must be received no later than the due date/time of the SF 330 package.

•·         The design firm shall have a minimum of three (3) past performance questionnaires, and a maximum of five (5) submitted by their clients.

•·         Firm to submit Past Performance Questionnaire to clients that:

•§  Are knowledgeable of the firm's past performance.

•§  Are willing to be interviewed by the Government using the past performance questionnaire.

•·         In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of firm team members (partnership, Joint Venture, or parent company's subsidiary or affiliate), inquiries of owner representative(s), and any other known sources not provided by the firm.

•·         While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm.

•                         

3.  Submission requirements:

•·         Questionnaires.  Firm is at risk of receiving a lower rating if fewer than three (3) Past Performance Questionnaires are received.  Firms are however limited to no more than five (5) Past Performance Questionnaires total.  Ratings will not be affected by a firm that supplies more questionnaires than another.  The number of ratings merely helps to clarify a firm's true past performance record.  If more than 5 questionnaires are received, only the first 5 questionnaires received will be reviewed.  Projects may include Federal, State, or local Government, as well as private industry projects.

 

4.  Basis of Evaluation:

•·      Failure to provide requested data or to provide an accessible point of contact (POC) may negatively impact a firm's rating.

•·      The evaluation of past performance will include but is not limited to the assessment of the firm's commitment to customer satisfaction, timely delivery of quality work, the firm's record of conforming to specifications, successful implementation of quality control procedures; adherence to schedules; and history of reasonable and cooperative behavior.

•·      Firms unable to demonstrate proven competence to perform projects similar to the requirements of the solicitation may be considered ineligible for award.

•·      Higher ratings for this may be given when a proposal demonstrates excellent or very good ratings for past performance and customer satisfaction on projects relevant to the solicitation.

•·      Higher ratings may be given for the following:

•§  Demonstration of design experience most closely related to the requirements of this solicitation.

•§  Demonstration of sustainable design experience (e.g. LEED projects).

•§  Specific work with Department of Defense Agencies, with the highest rating given to work with Department of the Air Force

•·         Evaluating past performance may include information provided by the firm, inquiries with previous customers, Government databases (Past Performance Information Retrieval System (PPIRS), Architect-Engineer Contract Administration Support System (ACASS)), and any other publicly available sources.

•·         While the Government may elect to consider data obtained from other sources, the burden of providing detailed, current, accurate and complete past performance, experience, and safety information rests with the firm.

•·         Maximum Points for these criteria is 20 points.


 


E. Location in the general geographical area of  Malmstrom AFB (within 4 hours drive from Malmstrom AFB MT) and knowledge of the locality of the base.

 

•1.      Definitions:

•·         4 Hours is measured by using the free online web mapping service, www.google.com inputting driving directions criteria from the firm's physical address to Malmstrom AFB, MT 59402

•·         Knowledge of the locality is defined as familiarity of applicable codes and regulations in place for the area, as well as the local, climate, conditions, building construction standards, and materials. 

•·         Firms incorporated offices are applicable to this requirement, satellite offices and geographically separated offices do not meet this requirement.

 

•2.       Submission requirements:

•·         Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's location.

 

3.    Basis of Evaluation:

•·         Firms located more than 4 hours from Malmstrom AFB, MT will be given 0 points. 

•·         Firms located within 4 hours of Malmstrom AFB, MT will be given the full amount of 10 points.

•·         A subjective determination of the firm's statement of knowledge of the locality and how it was obtained relative to the requirements of this solicitation.


F. Value of Federal Work (as the Prime)


 


Identify the dollar value of prior Federal awards.


 

•1.      Submission Requirements:

•·         Provide a narrative, (maximum of two 8 ½" x 11" pages) that shows the total dollar value of prior Federal Contracts for the last three years.


 

•2.        Basis of Evaluation:

•·         A subjective determination of the firm's prior Federal Award dollar values will be evaluated.

•·         Firms that have a LOWER dollar value (< than $100,000.00) of awards in the past three year will be given the full amount of 5 points.

•·         Firms that have a HIGHER dollar value (>$100,000.00) of awards in the past three years will be given 0 points.


 


5. ADDITIONAL INFORMATION


 


All questions regarding this advertisement must be submitted via email to dennis.deforest.2@us.af.mil by 2:30 PM MST on 7 September 2018.


 


SF330 packages are due by 2:30 PM MST on 14 September 2018.  


 

Late responses are subject to FAR Provision 52.214-7.  

 

This is not a Request for Proposal; do not provide information on pricing.


Dennis D. DeForest, Contracting Specialist, Phone 4067314647, Email dennis.deforest.2@us.af.mil - Melanie Dewing, Contracting Officer, Phone 406-731-4004, Email melanie.dewing@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP