News

Conversion of Mission Training Complex (MTC) for CTSF

Type of document: Contract Notice
Country: United States

Conversion of Mission Training Complex (MTC) for CTSF

Agency:
Department of the Army

Official Address:
Attn: CESWF-CT
PO Box 17300 Fort Worth TX 76102-0300

Zip Code:
76102-0300

Contact:
Emmanuel Emmanuel, Contract Specialist, Phone 8178861088, Email emmanuel.d.hardrick@usace.army.mil тАУ John H Rodgers, Contracting Officer, Phone 877-866-1048, Email john.h.rodgers@usace.army.mil

Link:

Date Posted:
18/03/2019

Classification:
C

Contract Description:

Contracting Office Address

U.S. Army Corps of Engineer District, Fort Worth; P.O. Box 17300; 819 Taylor Street; Room 2A17; Fort Worth, Texas 76102-0300.

Description

1. CONTRACT INFORMATION:

This announcement is set aside for all small business categories. The procurement of this contract is in accordance with 40 USC Chapter 11 Selection of Architects and Engineers and Public Law (PL) 92-582, formally known as the Brooks Act, as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms must demonstrate competence and qualifications for the required work, stated in this synopsis, for selection for negotiation. One firm-fixed-price contract will be negotiated. The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000.

Eligibility for this contract award requires registration of the offeror with the System for Award Management (SAM) database. Register via the SAM Internet site at NO STATE-LEVEL certifications will be accepted.

The Period of Performance for this project will be 270 days

2. PROJECT INFORMATION: The conversion of Mission Training Complex (MTC) Building 4407, Building 4510, Building, 4501 and exterior work for use by Central Technical Support Facility (CTSF). Building 4407 will be an open space that functions primarily as a storage space. Building 4510 will be an open space serving as a common area. Building 4501 will be a multi-functional space that includes Lab Space, open office space, individual office space and multi-purpose space. The design includes adding network infrastructure upgrade for Non-classified Internet Protocol Router Network (NIPRNET), HVAC work, addition of restrooms and site work around the three buildings. The offeror selected shall provide the complete design (drawings, specifications, design analysis, and cost estimates) for three Design-Bid-Build construction Request for Proposals. The deliverable shall be 3 separate construction RFP packages.

The A-E, shall provide the Topographic, Planimetric and Utility Surveys Information as part of their basic services. The A-E shall, through a third party consultant, provide independent Value Engineering (VE) as part of their basic services.

The A-E shall furnish all labor, management, investigations, studies, travel, facilities, supplies, equipment, and materials to perform the required services. During the execution of work, the A-E shall provide adequate supervision and quality control to assure the accuracy, quality, timeliness, and completeness of the work.

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-e are primary. Criteria f-h are secondary and will only be used to rank the contractors among the technically equal contractors.

In this synopsis the term тАЬrecentтАЭ means A-E tasks orders or contracts completed within the last five (5) years of the synopsis closing date. Older projects will not be considered.

(a) Specialized Experience and Technical Competence. Ensure that all specialized experience requirements are reflected on appropriate personnel resumes in Section E and example projects in Section F, Part I of the SF 330. For criteria listed below, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence provided the nature and extent of all team arrangements are identified and disclosed. Offerors should describe the nature and extent of prior teaming experience with the proposed subcontractors.

The firm must demonstrate expertise in the following:

(1) In Section E, Part I the offeror shall show experience documenting and authenticating existing conditions and designing to convert a facility to new functional requirements. Experience designing projects for the United States Army Corps of Engineers (USACE) and other military installations experience will be preferred.

(2) In Section F, Part I provide project examples that best illustrate the proposed teamтАЩs experience for this project. More weight will be given to design-bid-build projects designed within the past five (5) years.

The project examples shall:

i. Include the project name and location.

ii. Provide two (2) project examples minimum, but no more than five (5) examples. Two (2) project examples shall have a design fee of $1M or greater. The total design fees stated shall be the actual amount performed by the proposed team or team member. The team or team membersтАЩ fee, for all projects examples shall be shown on the example project page.

(3) In Section E and F, Part I demonstrate the teamтАЩs capability to design spatial adjacency for functional work flow requirements.

(4) In Section E and F, Part I demonstrate the teamтАЩs capability to design a mechanical system that will provide the proper heating and cooling system, for previously unconditioned or insulated space.

(5) In Section E and F, Part I demonstrate the teamтАЩs capability to incorporate and coordinate a third party independent value Engineering (VE) into the over-all design packages.

(6) In Section E and F, Part I demonstrate the teamтАЩs capability to design projects in accordance with the latest DOD Force Protection/Anti-Terrorism criteria, UFC codes, Green Building InitiateтАЩs (GBI) тАЬGuiding Principles ComplianceтАЭ, EISA 2007 Section 438, commissioning, and ASHRAE 90.1 requirements.

(7) In Section E and F, Part I demonstrate the teamтАЩs ability to prepare drawings using computer-aided design and drafting (CADD) software. All drawings produced for these contracts shall be in compliance with the Architect/Engineering/Construction CADD standards as issued by the CADD/BIM Technology Center The Government will only accept the final products, without conversion or reformatting. The A-E must have the capabilities to provide cadd drawings using AutoCAD. The A-E must also have the capabilities to provide 3D Building Information Models using Autodesk Revit.

(8) In Section E and F, Part I demonstrate the teamтАЩs experience editing UFGS specifications using the SpecsIntact software.

(9) In Section E and F, Part I demonstrate the teamтАЩs ability to prepare construction cost estimates. Experience using the MII program, latest version, is required.

(b) Professional Qualifications. The offeror shall demonstrate that all expertise requirements are met on key personnel resumes in Section E, Part I of the SF330. When a minimum number of years/experience is listed, it is within the past eight (8) years from the closing date of the synopsis. The following is a list of the key personnel, minimum requirements and the minimum number required for this contract. These minimum requirements can be met utilizing in-house or consultants/subcontractors. Do not list a subcontractor as your firmтАЩs employee, as this will be cause for rejection of the SF330. Additional personnel other than the required will not be evaluated. If one professional of a specific discipline is required, and two are provided, only the first will be evaluated.

One (1) Project Manager;
One (1) Licensed Civil Engineer;
One (1) Licensed Landscape Architect;
One (1) Licensed Structural Engineer;
One (1) Licensed Architect;
One (1) Licensed Electrical Engineer;
One (1) Licensed Mechanical Engineer;
One (1) registered Fire Protection Engineer (to qualify: the person shall be a licensed professional engineer, with a minimum of five (5) yearsтАЩ experience dedicated to fire protection engineering, and have ONE of the following: (a) a degree in Fire Protection Engineering from an accredited university OR (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination);
One (1) certified Cost Estimator with MII experience;
One (1) professional Land Surveyor licensed in the state of Texas;
One (1) certified Value Specialist

All work must be done by or under the direct supervision of licensed Engineers and/or licensed Architects. All personnel shall show experience in their field of expertise within the most recent five (5) years. To show this experience, provide relevant projects, in Section E, that span five (5) years.

Evaluation of each discipline will consider education, registration, relevant project experience and longevity with the firm. Engineers and architects with a degree from an accredited university engineering or architectural program (ABET, NAAB) is preferred but not required. The cost estimator does not have to be a PE or registered architect. The cost estimator shall be certified by AACE, Tri-Services, or any of the nationally recognized cost estimating certification organizations. Certified Value Specialist(s) shall have a current certification by SAVE International. The Project Manager is not required to have a PMP, but it is preferred.

Provide a separate employee for each stated requirement above to meet the number required, no dual roles. Resume shall include the title of the role the employee will be filling, as listed above. The title of the roles on the resumes and organizational chart must match the required discipline. Do not submit additional personnel resumes in addition to those required. Do not show on the organizational chart additional personnel. Organizational Chart should only show required personnel.

(c) Past Performance. In Section H, Part I, SF 330, provide past performance evaluations. The firms will be evaluated in terms of work quality, compliance to schedules, and cost controls, with emphasis on projects submitted under factor (a), as determined from the Contractor Performance Assessment Reporting System (CPARS) and other sources. Submit letters of commendation, awards, previous project evaluations, etc. to show past performance. The Government will retrieve the past performance evaluation for all offerors with projects in CPARS. If a JV has no past performance evaluation, the past performance evaluation will be retrieved for each JV partner. Past performance evaluations will not be retrieved for the proposed subcontractors.

(d) Capacity. In Section H, Part I, SF 330, demonstrate to perform approximately $1,000,000 in work of the required type in 270 days. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability..

(e) Knowledge of Locality. In Section H, Part I, SF 330, describe the teamтАЩs familiarity and knowledge of standards, codes, laws, and permit requirements for Fort Hood Army base, located in Killeen, Texas.

The following items (f thru h) are the secondary criteria:

(f) Volume of DoD Contract Awards. In Section H, Part I, SF 330, provide the volume of DOD contact awards, date of awards, numbers of awards, stated in dollars, for each firm for the past twelve (12) months (see details in subsequent paragraph 4(f)). Include the awards to all branch offices. Provide the project name, district, contract number, dollar amount, and the month/year of the award.

(g) Geographic Proximity. In Section H, Part I, SF 330, provide the physical location of a firm in relation to the location of potential projects. The geographic location for this Contract is Fort Hood Army Base, located in Killeen, Texas.

(h) Utilization of Small Business Firms. In Section H, Part I, SF 330, provide a description of the prime and any subcontractorтАЩs affiliation as a small business. Per FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014), it is the policy of the United States that small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns shall have the maximum practicable opportunity to participate in performing contracts let by any Federal agency. Also discuss the goals for subcontracting small and small disadvantaged businesses in sufficient detail to allow evaluators to determine the amount and whether the goals are realistic and justifiable. The greater the participation, the greater the consideration.

4. SUBMITTAL REQUIREMENT: In an effort to reduce paperwork and cost, submit ALL SF 330s electronically via the Federal Business Opportunity (FBO).

(a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit a SF 330 (8/2016 Edition), for the prime firm and all consultants/subcontractors to the site stated above not later than 2:00 P.M. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 2:00 P.M. the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or in paper will NOT be accepted. Personal visits to discuss this announcement will not be allowed.

(b) Submit a compiled SF 330, Part I, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm, and subcontractors) proposed for this contract. Do not include company literature with the SF 330.

(c) Use no smaller than 10 font type using Standard English. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Number the paragraphs of the SF 330 to correspond to the paragraph numbers in this synopsis. Submit the SF 330тАЩs in searchable PDF format.

SF330, Part I, ADDITIONAL INSTRUCTIONS:

(a) In Section C, identify the discipline/service supplied by each firm. With the firm name provide whether the firm is small business and what type.

(b) In Section D, include a Team Project Organization Chart to indicate how each firm on the proposed team (prime and each subcontractor is identified in Section C) integrates into the composite team. Job titles and organization chart must match the required discipline titles. Organizational charts can be up to two (2) pages 8 ┬╜ x 11 pages or one (1) 11├Ч17 page.

(c) In Section E, provide brief resumes of the on-staff or subcontractor employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3(b).

(d) In Section F, provide a minimum of two (2) but no more than five (5) projects for consideration. Specify on each project the value of the A-E Service performed. Use no more than one page per project.

(e) In Section G, Block 26, list the names of all individuals included in the resumes in Section E in Block G-26 along with their firm name, firm location and their roles even if example project experience in Block G-28 is not applicable.

(f) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in paragraph 3, Selection Criteria, of this synopsis. When addressing team capabilities, clarify planned capability, existing capability and prior experiences, if applicable. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in paragraph 3 herein. To describe paragraph 3. (f), provide an itemized summary of DoD contract awards to include Agency, Contract Number/Task Order No., Project Title and amount. (Note: award of Indefinite Delivery Contracts should not be counted as award amounts, only actual task orders) Generally, provide a brief presentation of internal controls and procedures that demonstrate the firmтАЩs overall Design Quality Management Plan (DQMP,) which provides sufficient information about this plan and clearly explains the ability of the firm to control costs, schedule and quality of work to be submitted to the Government. A project-specific detailed quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Section H.

SF330, PART II, ADDITIONAL INSTRUCTIONS

(a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, as well as for other offices of the prime and subcontractor offices proposed to perform the work, even if one is already on file. All Part IIs MUST be signed (signed within the past 36 months from the closing date of the synopsis) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II, if the firm is a Small Disadvantaged Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firmтАЩs average annual receipts or sales for the preceding three (3) fiscal years must not exceed $15,000,000.

(b) In Block No. 4, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1-866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work.

(c) No additional project information will be given to firms during this announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting and FBO related issue(s) тАУ Mr. Emmanuel Hardrick: Emmanuel.D.Hardrick@usace.army.mil and Technical тАУ Mr. Kola Anifowoshe, R.A: Kolawole.Anifowoshe@usace.army.mil. All questions must be submitted through the ProjNet System.

OFFERORS QUESTIONS AND COMMENTS

(a) Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at

(b) To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click to continue.

(c) From this page you may view all bidder inquiries or add an inquiry. Only one question will be allowed per inquiry. If multiple questions are included in a single inquiry, only the first question will be answered. All others will remain unanswered until entered in as single inquiries.

(d) Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.

(e) The Solicitation Number is: W9126G-19-R-6248

(f) The Bidder Inquiry Key is: CUYC5X-NSV6GA

(g) The Bidder Inquiry System will be closed to new inquiries seven (7) calendar days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. If the System is not closed in a timely manner, an inquiry posted within seven (7) calendar days of the scheduled receipt of proposals date will still be regarded as untimely and will not be afforded a substantive response.

(h) Offerors are requested to review the specification in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.

(i) The bidder call center Help Line operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 1-800-428-HELP (1-800-428-4357).

(j) Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals.

Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed.

THIS IS NOT A REQUEST FOR PROPOSAL.

Response Date:
041819

Sol Number:
W9126G-19-R-6248

 

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