News

Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (Mechanical and Fuel Systems) for the Design of Miscellaneous Projects in the Pacific Region for the US Army Corps of Engineer (USACE) Pacific Ocean Division Area of Res

Type of document: Contract Notice
Country: United States

Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (Mechanical and Fuel Systems) for the Design of Miscellaneous Projects in the Pacific Region for the US Army Corps of Engineer (USACE) Pacific Ocean Division Area of Res

Agency:
Department of the Army

Official Address:
Attn: CECT-POH
Building 230 Fort Shafter HI 96858-5540

Zip Code:
96858-5540

Contact:
Dayna N. Matsumura, Phone 808.835.4379, Fax 808.835.4396 or 808.835.4395, Email Dayna.N.Matsumura@usace.army.mil тАУ Kent Tamai, Contracting Officer, Phone 808-835-4377, Fax 808-835-4396, Email kent.a.tamai@usace.army.mil

Link:

Date Posted:
28/03/2017

Classification:
C

Contract Description:
U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, ATTN: CEPOH-EC-ES, FORT SHAFTER, HAWAII 96858-5440

Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (Mechanical and Fuel Systems) for the Design of Miscellaneous Projects in the Pacific Region for the US Army Corps of Engineer (USACE) Pacific Ocean Division Area of Responsibility

1. CONTRACT INFORMATION: Architect-Engineer (Mechanical and Fuel Systems) services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects within the State of Hawaii, but may include other locations in the USACE Pacific Ocean Division (POD) area of responsibility (AOR). The POD AOR includes the State of Hawaii, and territories of Guam, American Samoa and CNMI as well as the Freely Associated States including the Republic of Palau, Federated States of Micronesia and the Republic of the Marshall Islands, Japan, Korea, and Alaska.

Indefinite delivery contracts will be negotiated and awarded with a base period of one (1) year, and will four (4) option periods that the Government reserves the right exercise. The base period and each option period that is exercised will consist of one full year per period. It is the intent to award up to three (3) AE single award indefinite delivery task order contracts with a not-to-exceed shared capacity of $9,900,000. The Government obligates itself to obtain no less than $2,500 in services. The contracts are anticipated to be awarded in August 2017. After contracts are awarded, work will be issued by negotiated firm-fixed-price task orders. When deciding which Indefinite Delivery contract will be selected to negotiate an order, the Government will consider the following: current capacity to accomplish the order in the required time, unique specialized experience, and quality of performance under the other task orders
North American Industry Classification System Code (NAICS) is 541330 тАУ Engineering Services, which has a size standard of $15 million in average annual receipts. This is a competitive procurement set aside for Small Businesses.

To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM see the SAM website at

2. PROJECT INFORMATION:

Work primarily includes but is not limited to:

Mechanical work may include plumbing, compressed air, industrial ventilation and HVAC design, energy and life cycle cost analysis, POL design, process pumping and piping design, anti-terrorism and force protection design associated with mechanical systems, seismic design for mechanical systems, and DDC control design for various facilities.

POL work may include fuel tank farm design, aircraft fueling facilities, transmission lines, tank truck loading and off loading facilities, marine receiving and dispensing facilities, and natural and LPG gas tank and gas distribution systems.

It is anticipated that task orders under this contract will primarily consist of military тАЬSustainment, Modernization and RepairтАЭ (SRM) type projects, and will also include historical civil, and environmental projects. In compliance with DFARS 219.502-1, because this requirement is set aside for small business entities, the total amount of AE Services that can be provided on this contract for military construction work (MILCON) or family housing projects, shall be no more than $400,000.

Specifically, task orders may include but is not limited to any or all of the following range of Mechanical and Fuel Systems Engineering services for a broad variety of minor to major repair, modification, rehabilitation, and new construction projects primarily in support of the Department of Defense and associated Agencies. The work and type of services will consist primarily of preparation of design analyses and reports; plans and specifications for designs of predominantly vertical construction projects; horizontal construction projects may also be in the variety of work assigned. All design and other engineering-related services must be performed by or under the direct supervision of licensed professional Engineers. All services shall be performed in accordance with applicable Installation Design Guide, as well as, all applicable codes and criteria required for Government work and all applicable laws, codes and regulations pertinent to accessibility. The awarded contract will be in accordance with Federal Acquisition Regulation (FAR) (). ProjNet (DrChecks) () will be used for comment resolution of all design reviews.

3. SELECTION CRITERIA:

The selection criteria for this solicitation is listed below in descending order of importance. Primary criteria consist of (a) through (e). Criteria (a) and (b) are considered most important and of equal importance; Criteria (c) (d) and (e) are of lesser importance and listed in descending order of importance. Secondary criteria, (f) and (g) will only be used as tie-breakers among firms ranked technically equal using the primary criteria.

(a) Specialized experience and technical competence

(1) The evaluation will consider the extent of the offerorтАЩs specialized experience and technical competence of the prime firm and sub-consultants for engineering services described in paragraph 2 тАЬProject Information.тАЭ

SF330 requirement: Provide within SF 330, Part I, Section F examples of not more than 5 projects completed within the last 5 years that best demonstrate specialized experience and technical competency in the areas listed above in section B, PROJECT INFORMATION. Project experience where the Prime was the lead, and projects where the prime and significant subcontractors proposed for this IDC requirement worked together, will be given more consideration. Project examples submitted should be of completed projects. All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F).
(2) The evaluation will consider the firmтАЩs management plan/structure and design quality control procedures. The Management plan and organizational structure will be evaluated to determine the sufficiency of oversight of how task orders will be managed to meet project milestones. Design QC procedures will be evaluated to ascertain its effectiveness in producing quality task order deliverables.
SF330 requirement: Provide management plan/structure and design quality control procedures within Part I, Section H (Additional Information).
(b) Professional qualifications of the prime firmтАЩs staff and sub-consultants to be assigned to the projects

The evaluation will consider the extent of the education, training, registration and overall relevant experience of the key personnel identified below. This criterion primarily focuses on the qualifications of the key personnel for the contract and not the quantity of personnel, which is addressed under the тАЬcapacity to accomplish the workтАЭ criterion.

SF330 requirement: Provide a maximum of six (6) key personnel for the Mechanical Engineer and Fuel Systems disciplines. Provide a minimum of one (1) individual / up to a maximum of two (2) key personnel for the remaining disciplines identified below. Firms will not be evaluated more favorably for identifying additional Key Personnel beyond those identified here. Identified key personnel will be more highly evaluated if he or she participated in the firmтАЩs sample projects submitted in the SF 330 Section F. Use a separate Section E for each individual. Do not generalize professional registrations or certifications but provide specific details. The lead architect or engineer in each discipline must be registered in the appropriate professional field. For purposes of selection criteria, the use of the term тАЬregisteredтАЭ means a Registered Architect or Professional Engineer registered to practice in the particular discipline in a State, the District of Columbia, or an outlying area of the United States. Key personnel are as follows:

тАв PROJECT MANAGERS (U.S. Registered Architect or Engineer)
тАв U.S. REGISTERED CIVIL ENGINEERS
тАв U.S. REGISTERED ARCHITECTS
тАв U.S. REGISTERED STUCTURAL ENGINEERS
тАв U.S. REGISTERED MECHANICAL ENGINEERS
тАв FUEL/POL ENGINEERS (Degree in Engineering with at least ten (10) years of Fuels/POL experience.
тАв U.S. REGISTERED FIRE PROTECTION ENGINEERS
тАв U.S. REGISTERED ELECTRICAL ENGINEERS
тАв U.S. REGISTERED COMMUNICATION DISTRIBUTION DESIGNERS (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have a current active RCCD registration. This person shall also be a Registered Electrical Engineer)
тАв U.S. REGISTERED ENVIRONMENTAL ENGINEERS
тАв U.S. REGISTERED SURVEYORS
тАв U.S. REGISTERED GEOTECHNICAL ENGINEERS
тАв COST ENGINEER (Degree in Engineering or Architecture with at least ten (10) years cost estimating experience. Demonstrate prior experience in the use of MII software)
тАв LEED Building Design and Construction (LEED BD+C) Accredited Professional (AP) (Worked on a minimum of two (2) LEED silver projects relating to the requirements of this acquisition, preferably USGBC registered or GBCI certified)
тАв Commissioning Authority (CxA) (Certification as a CxA from either AABC, AEE, BCxA, NEBB, TABB, ASHRAE, or University of Wisconsin-Madison. Demonstrate having at least 5 years commissioning authority (CxA) oversight work on a minimum of two (2) projects relating to the requirements of this acquisition).

(c) Past Performance of the firm for similar work

Firms will be evaluated on past performance for quality of work products, compliance to project schedules, and effectiveness of management. Past performance evaluations will be retrieved through the GovernmentтАЩs Past Performance Information Retrieval System (PPIRS) and managed through the Contractor Performance Assessment Reporting System (CPARS). PPIRS is the primary source of information on past performance. Performance evaluations for any significant subconsultants may also be considered. The evaluation will consider past performance from other sources. The relevancy of past performance information will be considered. The more relevant the information, the more weight it carries. NOTE: if no relevant past performance information is available to evaluate, or if the record is so sparse such that no meaningful rating can be reasonably assigned, the offeror will be assigned a rating of neutral and shall not be evaluated favorably or unfavorably.

SF330 requirement: Past performance data for example projects presented under Part I, Section F of the SF330 will be considered. Performance evaluations will be queried for all firms. Any credible, documented information on past performance may be submitted, but the Government is not required to seek other information on past performance if none is available through PPIRS. (Note: Past Performance Questionnaires (PPQ) can be submitted to provide or supplement a firms past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email.).

(d) Capacity of the firm to accomplish work in the required time.

Firms will be evaluated on their capacity to accomplish the work: Adherence to project schedules for all projects is critical to the Government. Completion within the schedule requires the engagement of sufficient and competent staff and subcontractors. Firms must demonstrate the capacity to accomplish multiple task orders in multiple locations simultaneously.
(e) Knowledge of the locality of the projects

Firms will be evaluated on specific familiarity with the site conditions in the POD AOR. The intent is to demonstrate knowledge and understanding of local conditions, including the physical environment, local engineering criteria, local construction methods, and construction market conditions.

SF330 Requirement: The basis of evaluation for this criterion will focus on the information provided in SF330, Part I, Section E (Resume of Key Personnel), item 19 (Relevant Projects). Information presented shall demonstrate general understanding of the local conditions listed above, based on specific work experience

SECONDARY selection criteria, to be used as quote mark tie-breakers quote mark among technically equal firms, are listed in descending order of importance as follows:

(f) Geographic proximity in relation to the location of the work. Firms will be evaluated based on their main officeтАЩs physical proximity to Hawaii.

(g) Volume of recent DoD contract awards. The objective of this criteria is to effect an equitable distribution of DoD AE contracts among qualified firms. Specify the total volume of work awarded to the firm by a DoD agency within twelve (12) months of the closing of this announcement. When identifying the total volume of work, include all stand-alone or indefinite delivery contract (IDC) task orders, including modifications, issued by DoD agencies. DO NOT include the potential value of an IDC, nor options which have not been exercised. Information may be presented in SF330, Part I, Section H or the Government may obtain the information through other means.

4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 330 (one hard copy and one pdf file with searchable text on CD/DVD) no later than April 28, 2017 4:00PM Hawaii Standard Time. Specific detail regarding the content of the SF330 is provided in the preceding paragraphs. SF330s will be sent to U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 202, ATTN: CEPOH-EC-ES, FORT SHAFTER, HAWAII 96858-5440. Request for Proposal No. W9128A-17-R-0004 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.

Response Date:
042817

Sol Number:
W9128A-17-R-0004

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy