The RFP Database
New business relationships start here

Small Business General Design A-E IDIQ


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

1. CONTRACT INFORMATION: Two Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts for professional engineering and design services are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. These contracts are set-aside for small businesses only. North American Industrial Classification System (NAICS) Code is 541330; size standard = $15 M of gross annual revenues per year over the last 3 fiscal years. The top two firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Work will primarily be performed within the boundaries of the U.S. Army Corps of Engineers (USACE) New England District (ME, MA, NH, CT, VT, and RI), but could also include other states and districts covered by the USACE North Atlantic Division's (NAD) mission areas (NY, PA, NJ, DE, MD, VA, WV, and the District of Columbia). Each contract will be negotiated and awarded with a five-year ordering period. The amount of each contract will not exceed $6,000,000. Work will be issued by negotiated firm-fixed-price task orders. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate a project-specific order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. Award of these contracts to the top two selected firms is anticipated in August 2019. The minimum guarantee amount over the life of each contract is $20,000.

2. PROJECT INFORMATION: The work includes, but is not limited to, various engineering, design and/or construction services for projects relating to: the design of new and renovated structures; military building and site design; sustainable design and commissioning; general site engineering; military master planning; planning and design for civil works infrastructure including projects related to the development of water resources; environmental engineering and compliance; value engineering; project scheduling; and diagnostics, assessments, site investigation and other data collection tasks for general architectural or engineering use.


Architect-Engineering Services that may be required under each contract include the preparation of: design drawings, technical specifications, construction cost estimates, design and construction schedules, design analyses, engineering calculations, design-build requests for proposal, conceptual designs, planning studies, engineering studies and other technical reports, sustainable design//Third Party Certifications (TPC) project documentation, commissioning reports, and value engineering (VE) studies. Services may also include all architectural and engineering tasks necessary to develop the documents listed above to also include: developing models, economic analyses, topographic surveying, aerial and other types of surveying, development and use of GIS systems, and construction phase services to include shop drawing review, as-built drawing preparation, preparation of O&M manuals, and engineering consultation services.


Products shall be produced to Corps of Engineers guidelines and specific formats set forth under the base contract and/or by individual task order. The firms shall be required to: provide design drawings in Microstation and Autodesk CADD software (latest version); use Autodesk Revit Building Information Modeling (BIM) software; use Corps computer-based specification software for the development of Specifications (SPECSINTACT); use the latest version of MII (cost engineering software as provided by the Government and licensed to the firm) for the development of construction cost estimates; use Primavera P6 for developing detailed construction schedules and use MS Project for more basic design and constructions schedules; and utilize ProjNet (DrChecks) (https://wwwprojnet.org) for comment resolution of design review submittals.


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 (f) are primary factors. Criteria (g) (h) and (i) are secondary factors and will only be used as "tie-breakers" among firms that are essentially technically equal.


(a) Specialized Experience and Technical Competence. Firms should demonstrate specialized experience and technical competence in the following:


(1) Design of new and renovated structures for federal government facilities within defined cost limitations;
(2) Design for military construction (buildings and/or site work);
(3) Sustainable design, commissioning, and compliance with energy reduction mandates;
(4) General site engineering;
(5) Use/knowledge of SPECSINTACT for specifications development;
(6) Use/knowledge of MII for development of construction cost estimates; or
(7) Engineering investigations of building systems (e.g., structural, mechanical, electrical, fire protection).


Information contained in the SF 330 Part I, Section F will be the primary basis for evaluation against this criteria. Experience working on projects for USACE will be looked upon favorably when evaluating these criteria. Projects in which the firm's work was completed prior to 2011 will be given less consideration.


(b) Professional Qualifications. Identification, qualifications, (professional registration/licensure/certification and education) and experience of architecture and engineering personnel to accomplish the work specified above.


(1) The firm shall have on staff (or provide through a consultant[s]) personnel licensed as professional engineers/architects in all six New England District states (ME, NH, VT, MA, CT, and RI). Should any task orders be issued for work in other portions of NAD's mission areas (NY, PA, NJ, DE, MD, VA, WV, and the District of Columbia), the firm will need to demonstrate applicable professional registration in those locations within the task order proposal. Should any survey work need to be accomplished under this contract, the firm must demonstrate in the task order proposal that its proposed survey team member is registered in the state or district where the work is to be performed. The firm should also have on staff (or provide through a consultant) a qualified value specialist to facilitate VE study workshops for projects valued at over $10 M as prescribed by ASTM and SAVE International standards.


(2) Resumes demonstrating experience and associated qualifications are required for the following key personnel. The evaluation will consider education, training, registration, certifications, longevity with the firm, and relevant experience of specified personnel performing the role for which they are proposed to be used on the contract. Key Personnel:


- Project Manager (2 resumes)*;
- Architect*;
- Mechanical Engineer (HVAC)*;
- Mechanical Engineer (Plumbing)*;
- Fire Protection Engineer*;
- Electrical Engineer*;
- Building Commissioning Specialist;
- Lead Cybersystems Security Engineer**;
- Civil/Site Engineer*;
- Structural Engineer*;
- Cost Engineer;
- CADD/BIM Manager/Specialist;


* indicates professional registration is required. Project Manager can be registered as a professional engineer or registered architect.
** The Lead Cybersystems Security Engineer is responsible for the cybersecurity design of Facility Related Control Systems (FRCS). The Lead Cybersystems Security Engineer shall have experience in applying cybersecurity control measures to control system platforms and should have a thorough knowledge of Unified Facility Criteria (UFC) 4-010-06 "Cybersecurity for Facility-Related Control Systems" or Unified Facility Guide Specification (UFGS) 25 05 11 "Cybersecurity for Facility-Related Control Systems"..


(c) Work Management and Teaming. A proposed management plan shall be presented in Part I, Section H of the SF 330 that references the organization chart provided in Part I, Section D of the SF 330. The plan shall briefly address the firm's management and philosophical approach for executing the work to be performed under this contract and its approach for ensuring the quality of work performed by the firm and their subcontractors. The plan shall include information on quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and relevant experience working with each of the subcontractors on similar projects. Section C, Section F, and Section G will also be used to evaluate this criterion.


(d) Past Performance. The firm shall possess a good record of past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules as determined by information pulled from the Past Performance Information Retrieval System (PPIRS) and/or other sources. NOTE: PPIRS is the system in which the Contractor Performance Assessment Reports (CPARS) are stored.


The Government will retrieve and evaluate the CPARS reports, if available, for the first three projects provided in Section F of the SF330, as these projects should be the most relevant project examples provided. (NOTE: A CPARS report will not be available if the contractor has not yet completed its portion of the CPARS.) If the project/s is/are not a federal project or a CPARS report is not available, the firm shall complete Part I of the Past Performance Questionnaire, send it to the customers for these three projects to complete Part II of the Past Performance Questionnaire, request that it be returned to the firm, and submit it with the SF330 submission. No sealed envelope is required. A blank Past Performance Questionnaire can be found attached to this synopsis/solicitation. The contractor should provide the full contract number and task order number (if applicable) for any Federal contract listed in Section F of the SF330. The evaluation board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm, if none is available from CPARS or if no Past Performance Questionnaire is provided. If little to no relevant past performance data (CPARS reports, Past Performance Questionnaires or information in Section H) is available for the three most relevant projects, the contractor may be given a neutral evaluation regarding past performance.


(e) Capacity. The firm must demonstrate the capacity to execute the full value of the contract over the ordering period - accomplishing multiple task orders concurrently while maintaining quality and schedule. A firm will be evaluated on the available capacity of key personnel from the prime firm and its team. The prime contractor needs to demonstrate that they have the core competencies to perform work required under the contract on their own merit. In order to meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14, "Limitations on Subcontracting", the prime along with "similarly situated" subcontractors must have the capacity to perform at least 51% of the work over the life of the contract. "Similarly situated" subcontractor means a first-tier subcontractor, including an independent contractor that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the specified NAICS code. The firm should address how it will meet these requirements based upon the assumption that the items listed under "Specialized Experience and Technical Competence" above constitute the preponderance of the work to be performed under this contract.


(f) Knowledge of the Locality. The board will evaluate the firm's knowledge and experience with state and local codes. Responding firms should demonstrate the extent of their capabilities to support projects located throughout New England. The basis of the evaluation will be the information in Sections F, E, and H of the SF 330.


(g) Geographic Proximity. Location of the firm's office(s) as well as those of its team in the general geographical area of the six New England states will be considered.


(h) Volume of DoD A-E Contract Awards. The firm shall indicate in Section H of the SF 330 the volume of DoD A-E contracts awarded to the prime (or JV) in the last 12 months. The information will be verified and updated during the interviews with the most highly qualified firms. The equitable distribution of DoD A-E contracts among firms, including SB and SDB will be considered.


4. SUBMISSION REQUIREMENTS: Interested firms able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant and if a joint venture, for the joint venture entity. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. If a joint venture is being utilized, a copy of the joint venture agreement is to be included in Part II. Submissions must be made electronically to: Elizabeth Glasgow, Contract Specialist not later than the 2 pm EST on April 22, 2019. Facsimile transmissions will not be accepted. Include the firm's DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the DUNS number for each consultant. On the SF 330, Part I, Block F, example projects shall be listed in order of relevance to the type of work anticipated to be performed under this contract. Note that multiple projects performed under an IDIQ contract cannot be submitted as a single example project. In the SF 330, Part I, Block F, Box 24, provide the following information for each project: month/year the firm's work started and completed; total contract value of the contract and the value of the work performed by the firm and any team subcontractors to be used on this contract; physical size of the designed facility; construction cost as applicable; and customer point-of-contact who can be reached for references (phone number and email address). If a sample project is a federal procurement, include the applicable contract number. In the SF 330, Part I, Section H, provide the firm's proposed Work Management approach for this contract including its approach for ensuring the quality of work performed by its subcontractors - see also SELECTION CRITERIA, item (c). In the SF 330, Part I, Section H, the A-E firm may also provide supplemental information to address all aspects for which Specialized Experience and Technical Competence is being sought as well as documentation to support past performance selection criteria such as copies of applicable certificates and/or awards.


The Offeror's response shall be submitted electronically. Files shall not contain classified data. The use of hyperlinks in responses is prohibited.


THE ONLY AUTHORIZED TRANSMISSION METHOD FOR SUBMISSIONS IN RESPONSE TO THIS SYNOPSIS SOLICITATION IS THROUGH E-MAIL TO
Elizabeth.K.Glasgow@usace.army.mil. Please also provide a courtesy copy e-mail to Jessica.M.Kidd@usace.army.mil.


NO OTHER TRANSMISSION METHODS (FILE TRANSFER, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.) WILL BE ACCEPTED.


RECEIPT OF SUBMISSIONS:
For the purposes of establishing whether a submission is considered late, the government considers (the earlier of) the date and time of receipt of the email to the Contract Specialist and Contracting Officer. The government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive responses on its behalf. Offerors are responsible for ensuring that responses are submitted so as to reach the designated recipient. Offerors are responsible for allowing sufficient time for the response to be received in accordance with the instructions provided.


The SF 330, Part I, shall have a page limit of 60 pages. A page is one side of an 8 ½" x 11" sheet of paper. 11" x 17" (single side) pages may be used to provide graphical information or images that do not fit well on an 8 ½" x 11" sheet but this counts as two pages. Front and back cover and section dividers do not count toward the page limit. Font size shall not be less than 10 font and the margins for pages that supplement the SF 330 forms shall not be less than one inch with the exception that ½ inch margins are allowed when using the Standard Form 330. Pages in excess of the page limit will not be evaluated. The New England District does not retain SF 330 Part IIs on file. All contractors must be registered in the System for Award Management (SAM) to be considered for award. Information regarding registration can be obtained online at www.sam.gov or by telephone at 1-866-606-8220. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different SAM records for the same vendor at the same physical location.


For any general or administrative questions, contact the contract specialist, Elizabeth Glasgow, at 978-318-8671 or via email at elizabeth.k.glasgow@usace.army.mil. Solicitation packages are not provided. This is not a request for proposal. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, questions may be directed to the point of contact for this announcement.


 


Elizabeth K. Glasgow, Contract Specialist, Phone 9783188671, Email elizabeth.k.glasgow@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP