The RFP Database
New business relationships start here

The Architect-Engineer (A-E) Program Management Assistance Contract (PMAC) provides single and multi-project Construction Oversight Management Assistance and other supporting architectural and engineering services to DeCA.


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

 


THIS IS A REQUEST FOR QUALIFICATIONS. THIS IS NOT A REQUEST FOR PROPOSAL.


The Department of Defense (DoD), Defense Commissary Agency (DeCA), Engineering Directorate (LEE) is seeking Architect (A-E) professional service to perform Project Management Assistance Contract (PMAC) for an Indefinite Delivery, Indefinite Quality (IDIQ) Contract.


This is being procured in accordance with the Selection of Architects and Engineers Statue, 40 U.S.C. 1102 and Public Law 92-582, (formerly known as the Brooks Architect-Engineer Act) as implemented in FAR Subpart 36.6.


Qualified and experience A-E professionals and consultants shall provide A&E services related to perform Project Management Assistance Contract (PMAC) services to new and existing government facilities worldwide as described herein for the Defense Commissary Agency (DeCA) under an Indefinite Delivery/Indefinite Quality (IDIQ) contract (FAR 52.216-1 Type of Contract).



1.01 BACKGROUND:



The Defense Commissary Agency operates a worldwide chain of 240 commissaries, providing groceries to military personnel, their families, retirees and other authorized personnel in a safe and secure shopping environment. The Engineering Directorate for the Defense Commissary Agency (DeCA/LEE) provides and maintains facilities to deliver a great shopping experience for our patrons.


DeCA/LEE plans, programs and executes annual programs for new construction as well as renewal and modernization of commissaries and some non-commissary facilities. The majority of the program effort is construction and sustainment of supermarket style commissary facilities. The program also includes other facilities associated with the mission. Examples of non-commissary facilities include distribution centers, cold storage, food processing facilities, data centers, offices, exchanges, pharmacies, banks and other community service facilities that may be contained in a shopping center co-located with a commissary. DeCA/LEE also provides whole facility maintenance service to sustain DeCA occupied facilities.


The agency facility inventory includes approximately 240 supermarket style commissary facilities ranging in size from 4,000 square feet to over 140,000 square feet, distribution facilities in remote and overseas locations, food processing plants, cold storage, offices and data centers. Construction projects may range in value from $100,000 to $100,000,000.



1.02 PURPOSE:


DeCA, Defense Commissary Agency, Facility Construction and Sustainment Division is to procure a single award Architectural & Engineering (A&E) Indefinite Delivery Indefinite Quantity (IDIQ) contract for use in issuing a contract to support DeCA Commissaries, Joint Venture Commissary & Exchange, Central Distribution Centers (CDC) or other Warehouse Facilities located worldwide. The A&E IDIQ (PMAC) contract will be established for a base period of one (1) year with four (4) consecutive one-year contract renewal option periods. A one-time minimum guarantee of $50,000.00 for the base year and a cumulative $35 Million ceiling will apply for the duration of the contract with a $7,000,000 limit per year. There is no minimum guarantee for the option years or extensions. Projects designed under task orders to the IDIQ contract will typically have an estimated construction cost range from $100,000 to $100,000,000.


DeCA's primary program objectives for this contract are: 1) responsible for providing single and multi-project construction oversight management; 2) provide A-E and Engineering services for retail grocery design services worldwide; and 3) provide DeCA access to expert consulting services for a variety of tasks and commissary projects. Firm-Fixed-Price (FFP) Task Orders are anticipated to be awarded against the A-E IDIQ contract.


The North American Industrial Classification System (NAICS) code applicable to this requirement is 541310 (Architectural Services). Interested firms must be registered in the System for Award Management (SAM) at www.sam.gov which includes Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). NAICS code 541310 must be included where applicable in the registrations (e.g. provision 52.219-1 of ORCA if representing as a small business). The current small business size standard for this NAICS code is $7.5 million. This announcement is being synopsized as unrestricted. Firms larger than this average will be considered large businesses and will be required to submit a small business subcontracting plan if selected to submit a request for fee proposal, unless the services will be completed fully in-house by the firm for the entire contract duration.


Scope:


The type of commissary retail grocery design and construction projects which are contemplated to be executed include: roofing repairs or replacement; masonry re-pointing, caulking and cleaning; installation, repair, or replacement of HVAC equipment; installation, repair or replacement of electrical systems; installation, repair or replacement of water supply and drainage systems; installation, repair or replacement of energy management systems; installation, repair, or modification of fire sprinkler systems; installation; interior space alterations.


Other services and deliverables which may be ordered using this contract include: construction management/technical inspectors, research, site investigations, preparation of condition assessment reports, final photos, preparation of project scopes, preparation of design-build requests for proposals, surveying, schematic designs, cost estimates, life cycle cost analysis, and value analysis, geotechnical topographical site surveys, Hazardous Materials (HAZMAT) abatement analysis and reports, structural deficiencies studies and facility condition assessments. Construction management/technical inspectors will be responsible for construction phase


services including submission reviews, project inspections, drawings, specifications, cost estimates, and value engineering.


The A-E Firm shall include on its team the following design disciplines: architecture, planning, structural engineering, civil engineering, geotechnical engineering, mechanical engineering, electrical engineering, life safety and fire protection, interior design, and cost estimating.


OFFICE LOCATION: The firm selected will be required to have the Core Management Team co-located full-time in the DeCA/LEE office building (BLDG 8400) at Joint Base San Antonio, Lackland AFB, Texas.


SELECTION PROCESS:


Selection Criteria: All work performed shall be under the direct control and supervision of the prime contractor's principal owner, principal partner, or by a licensed professional and experienced licensed architect/engineer employed by the prime contractor assigned as the responsible party.


The evaluation will consider education, training, registration, relevant experience and longevity with the firm. To be consider relevant, all experience demonstrated in response to the Selection Criteria shall be within five years of the date of this request and in the type required in this synopsis.


Each firm must demonstrate their qualifications, including subcontractor qualifications with respect to these selection criteria. Standard Form (SF) 330 will be submitted and will be evaluated to determine the most highly qualified firm/team based on the information provided. Failure to provide the required data or comply with the instructions in this synopsis and SF 330 instructions could result in a firm being considered less qualified or eliminated from consideration. The website URL to obtain Standard Form 330 is: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000


Prospective A-E firms will be evaluated based on their demonstrated competence and qualifications for the type of professional services required. The Agency will evaluate each potential A-E firm in terms of this announcement.


In your response submit complete Form "SF330"


EVALUATION CRITERIA


The A-E firms will be evaluated based on the following factors listed in relative order of importance and:


Factor 1. Specialized Experience and Technical Competence


Factor 2. Past Performance in Providing A-E Services


Factor 3. Professional Qualifications & Experience Key Personnel


Factor 4. A-E Firm's Capacity


Factor 5. Geographic Capabilities


The five Evaluation Criteria and submission requirements for each are further described below:


FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE


A-E Firm's specialized experience listed must address the following:


Experience performing construction management services for a worldwide multi-site program.
Experience providing and administering a project management system to support multiple projects to include Information Technology.
Experience Designing Supermarkets and Refrigeration Systems


Include all relevant data on the projects including dates, size, program, scope, team, references, etc. These projects should show scope and nature service requirements, the complexity of the job, challenges faced and actions taken to resolve project issues.


Submit information for 3 to 5 projects executed within the past 5 years. Submit no more than three (3) pages per project.


FACTOR 2 - PAST PERFORMANCE in PROVIDING A-E SERVICES:


Provide past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules and customer satisfaction. The selection boards shall use performance evaluations data from the Past Performance Information Retrieval System (PPIRS), in accordance with FAR 42.1501 and may consider credible documentation included in the SF 330. The Government may obtain additional data other than PPIRS and/or the submitted SF 330.


FACTOR 3 - PROFESSIONAL QUALIFICATIONS and EXPERIENCE of KEY PERSONNEL:


Describe the education, qualifications, professional registrations and certifications, and professional experience for the "key" A-E Firm Team personnel anticipated to lead this contract: Submit a maximum of three pages for each key person with a maximum of three projects for each person


Provide a portfolio of the project experience of proposed key personnel comparable to the services contemplated for this contracts. To include education, training, registration, relevant experience.


Provide a 1 page resume for all additional personnel and consultants to document professional qualifications to support this contract.


FACTOR 4 - A-E FIRM'S CAPACITY:


Submit an organizational chart indicating office management, personnel roles, and professional qualifications of the staff anticipated to support this contract, include all sub-consultants and business partnerships.


Submit a maximum of three (3) pages workload plan narrative describing the firm's ability to accomplish the work in the required time, including multiple simultaneous projects. Indicate the firm's present workload and the availability of the project team, for the specified contract performance period.


FACTOR 5 - GEOGRAPHIC CAPABILITIES:


Firms shall demonstrate the ability to deliver services to locations defined in the synopsis. This includes the ability to deliver on site construction management services in the Unites States and its territories and


possessions. Knowledge and familiarity with host nation regulations and local construction methods for design of projects in overseas locations including Europe and the Far East is required for design support services.


Required Submittals:


A-E Firms shall submit two (2) copies of their SF330. Architect-Engineer Qualifications form shall be submitted in 3-ring binders, appropriately tabbed and request not to exceed 60 double-sided pages. FONT SIZE shall be at least 10 pitch or larger on white letter-sized paper (8 ½ inches by 11 inches). A-E Firms will provide a single page narrative discussion for each of the six (6) criteria stated above. All requirements of this notice must be met for a firm to be considered responsive.


Submitting firms are to include the DUNS and CAGE numbers along with the name of the firm in Block 5 of the SF330, Part 1, Section B.


The A-E will be within the North American Industry Classification System (NAICS) code 541310 Architectural Services. The small business size standard for this NAICS Code is $7.5M. Large business concerns, if selected will be required to submit a subcontracting plan in accordance with FAR 52.219-9 and DFARS 252.219-703.


To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM). Information regarding this registration may be obtained by accessing the web site www.sam.gov.


Submit questions in writing to j.gazaway@deca.mil and paige.appelt@deca.mil no later than March 7, 2018. All information relating to this request, including pertinent changes/amendments and information prior to the date set for receipt of qualification submissions will be posted on http://www.fbo.gov.


POC: The Contracting Officer will be J. Gazaway - j.gazawy@deca.mil. The Point of contact for this announcement is Paige Appelt. Please Submit questions to paige.appelt@deca.mil.


Responses must be received by 2:00 p.m. Central Standard Time, on March 27, 2018 at the following address: HQ DeCA/LEAAF 2250 Foulois Street, Ste 03 Lackland AFB TX 78236.


Late responses are subject to FAR 52.215-1(3).


The Federal Acquisition Regulation website is http://farsite.hill.af.mil/.

The Architect-Engineer (A-E) Program Management Assistance Contract (PMAC) provides single and multi-project construction oversight management assistance and other supporting architectural and engineering services to the Defense Commissary Agency. The PMAC contractor will provide architectural and engineering services, on-site technical inspection and program level management and support services. PMAC will also provide and maintain Management Information Control Systems (MICS) to automate facility program management.

J B Gazaway, Contracting Officer, Phone 210-671-8444, Fax 210-671-1196, Email j.gazaway@deca.mil - Paige L Appelt, Contract Specialist, Phone 210-671-3117, Fax 210-671-1196, Email paige.appelt@deca.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP