News

Design Joint Operations Mission Planning Center (JOMPC)

Type of document: Contract Notice
Country: United States

Design Joint Operations Mission Planning Center (JOMPC)

Agency:
Department of the Army

Official Address:
Attn: CELRL-CT
PO Box 59 Louisville KY 40201-0059

Zip Code:
40201-0059

Contact:
April C. Judd, Email april.c.judd@usace.army.mil

Link:

Date Posted:
14/12/2018

Classification:
C

Contract Description:
1. SYNOPSIS: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, is for Full Design Architect/Engineer Services Contract to Design the Joint Operations Mission Planning Center (JOMPC) located at Scott Air Force Base, Illinois. This design contract will be for the JOMPC, associated facilities and site work. The contract duration is up to 48 months, including Title II Services.
The selection authority will, in order of preference, list the firms most highly qualified to perform the work. At least one of the most highly qualified firms will be requested to submit a proposal. Negotiations will begin with the most highly qualified firm in the final selection. If a mutually satisfactory contract cannot be negotiated, the contracting officer will terminate negotiations with that firm and initiate negotiations with the next most highly qualified firm on the list. If a mutually satisfactory contract is negotiated with the most highly qualified firm, no additional negotiations will occur. Only one firm will be selected.
Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. Significant emphasis will be placed on the A/EтАЩs quality control procedures, as the District will perform the quality assurance role only. Estimated start date is June 2019.
In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all A/E services contracts above $35,000 will receive a performance evaluation. An interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for A/E services.

2. PROJECT SPECIFIC INFORMATION: The Design JOMPC project will construct a 171,803 square feet (SF) Joint Operations and Mission Planning Center utilizing economical design and construction methods. The preliminary building concept design consists of a two-level structure built above grade that is primarily symmetrical and rectilinear in nature with a steel superstructure; reinforced concrete foundation walls and footings; insulated and reinforced concrete exterior walls with embedded thin brick masonry fa├зade; and an insulated standing seam metal roof. The project includes classified storage, communications infrastructure, air conditioning, space for uninterruptable power systems, emergency backup power generator, intrusion detection, fire detection/suppression, utilities, area lighting, general site improvements, pavement and all other required supporting facilities to result in a complete and usable facility. This project incorporates demolition of Buildings 1509, 1510, 1512, and 1513 (133,537 SF) to clear the site location. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with UFC 3-310-04, Seismic Design of Buildings; UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings; UFC 4-010-05, Sensitive Compartmented Information Facilities (SCIF); UFC 4-010-06, Cybersecurity of Facility-Related Control Systems; and all other UFCs as applicable. The building footprint is approximately 85,902 SF with the elevated level roughly identical to the at-grade level, creating a building with an overall space of 171,803 SF. Comprehensive Interior Design, to include SID and FF&E, is required as part of the design.

3. SELECTION CRITERIA: Selection criteria in descending order of importance are listed below. тАЬaтАЭ through тАЬdтАЭ are primary, and тАЬeтАЭ is secondary.

a. Professional Qualifications:
The governmentтАЩs evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm and longevity in current role/design discipline in the firm.

b. Specialized Experience and Technical Competence and Partnered Relationships:
The governmentтАЩs evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F which include the Specialized Experience and Technical Competencies noted below. Specialized Experience and Technical Competencies will also be evaluated under the SF330 Section E resumes as indicated in the brackets below.

1. Successful execution of a 100% design of Large (approximately 100,000 square feet) Administrative Buildings with secure space (greater than 20,000 square feet), HQ or Command and Control Headquarters Building [Project Manager, Architect Designer, All Engineering Disciplines].

2. Seismic Design [Architect Designer, Structural Designer, Mechanical Designer]

3. Design of Anti-Terrorism and Force Protection (ATFP) measures [, Structural Designer, Civil Designer, and Architect Designer]

4. Sustainable Design [Mechanical Designer, Electrical Designer, Architect Designer]

5. Use of USACE CADBIM Policies and Procedures [CAD тАУ Mechanical Designer, Electrical Designer, Structural Designer, Architect Designer]

6. Construction cost estimating using MCASES MII [Cost Engineer]

7. Performance of Design Charrettes [Project Manager]

8. Use of SpecsIntact [Mechanical Designer, Electrical Designer, Structural Designer, Civil Designer, and Architect Designer]

Additional consideration will be given to offerors who provide a Design Quality Management Plan in SF330 Section H that demonstrates a clear understanding of USACE quality management policies and that details quality management activities that will be used in addition to those required by USACE policy.

Additional consideration will be given to offerors who demonstrate successful execution on previous projects that are comprised of the same AE team that is proposed for this project in Section G of the SF330.

c. Capacity:
The governmentтАЩs evaluation of the offerorтАЩs capacity narrative included in the Design Quality Management Plan in SF330 Section H will consider the offerorтАЩs ability to complete the work in the required time with the understanding that this contract may require multiple design teams to complete this project on time and within budget.

d. Past Performance:
The governmentтАЩs evaluation of past performance will consider the offerorтАЩs ability to design this project within funding limitations, comply with performance schedules, provide high quality design products, and minimize cost and time growth of the project during construction.

e. Small Business Participation:
The governmentтАЩs evaluation of the offerorтАЩs Small Business Participation plan will consider level of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members.

4.) SUBMISSION REQUIREMENTS: Offerors must submit four (4) hard copies and one (1) electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at
The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length and shall only include the Narratives described and required in this Presolicitation Notice. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. Dividers, bindings and cover sheets do not count against the total page count of the response to the RFP.

Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive.

Additional instructions and clarifications for SF330:

SF330 Section D:
The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11тА│x 17тА│ organizational chart as part of their submission. This will be considered only one page of their submission.

SF330 Section E:
The individuals identified by the project roles on the SF330 may not have multiple duties or be тАЬdual-hatted.тАЭ Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 thru 23. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. project manager, architect designer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below.

Projects listed on the SF330 must include if roles and responsibilities performed were design phase services or construction phase services and the duration of services performed.

Additional consideration will be given to offerors who provide communications designer with a registered Communication Distribution Designer (RCDD) certification. Additional consideration may be given for resumes that demonstrate more than the required minimum experience.

1. Project Manager; Registered Architect or Professional Engineer, 15 Years
2. Architect Designer, Registered Architect, 15 Years
3. Architect Designer, Registered Architect, 10 Years
4. Civil Designer, Registered Professional Engineer, 15 Years
5. Civil Designer, Registered Professional Engineer, 10 Years
6. Structural Designer, Registered Professional Engineer, 15 Years
7. Structural Designer, Registered Professional Engineer, 10 Years
8. Mechanical Designer, Registered Professional Engineer, 15 Years
9. Mechanical Designer, Registered Professional Engineer, 10 Years
10. Electrical Designer, Registered Professional Engineer, 15 Years
11. Electrical Designer, Registered Professional Engineer, 10 Years
12. Geotechnical Designer, Registered Professional Engineer, 15 Years
13. Geotechnical Designer, Registered Professional Engineer, 10 Years
14. Interior Designer, certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design, 10 Years
15. Interior Designer certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design, 10 Years
16. Communication Distribution Designer, No certification required, 10 years
17. Communication Distribution Checker, No certification required, 10 years
18. Cost Engineer, Certified Cost Engineer (CCE), Certified Cost Consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering), 10 Years
19. Fire Protection Engineer, Registered Fire Protection Engineer, 10 years
20. Fire Protection Engineer, Registered Fire Protection Engineer, 10 years
21. Commissioning Agent, 5 years
22. CAD Technician Senior, 15 years
23. CAD Technician Junior, 5 years

SF330 Section F:
For all projects included in SF330 Section F, construction must be substantially complete. Substantially complete is defined as a construction project when the project and/or facility can be used for its intended purpose. Of the up to ten projects included in SF330 Section F, projects must be substantially complete within 10 years, a minimum of two must be fully designed by the offeror. The date in the Professional Services Block, Block 22, for the designers must be within 10 years of the date of this proposal submittal. Projects substantially complete outside of 10 years may be submitted but may be considered less relevant. An IDIQ contract may NOT be substituted as one of the ten projects; however, individual task orders meeting these requirements may be submitted.

Additional consideration will be given to offerors who provide projects that are similar to the project features as described in Paragraph 2.

SF330 Section H:
In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330.

In SF330 Section H, each offeror shall present a Design Quality Management Plan including an explanation of the firmтАЩs management approach; management of sub-consultants (if applicable); quality control procedures (for plans, specification, design analysis and electronic documents); procedures to insure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub-consultants). The Design Quality Management Plan shall also include a Capacity Narrative describing the offerorтАЩs ability to complete the work with available resources.

In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. The number of pages of the Small Business Small Disadvantaged Business Plan do not count against the total page count for the response to the RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled тАШFirm NameтАЩ, тАШSmall Business CategoryтАЩ, and тАШ% ParticipationтАЩ).

In SF330, Section H, the proposal may include up to a one page narrative on past performance on Indefinite Delivery/Indefinite Quantity contracts with federal agencies.
Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 12:00 p.m. (noon) Eastern Time on 14 January 2019. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period.

To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at

Submit responses to US Army Corps of Engineers, Louisville District, ATTN: April Judd, 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202-2267. A bidder inquiry key has been established for this project and is D24WSC-H5DZDR.

Contracting Office Address:
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

Place of Performance:
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US

Point of Contact(s):
April Judd USACE District, Louisville

Attachment #1: NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0)

________________________________________

OFFERORтАЩS QUESTIONS AND COMMENTS
Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at As noted below, offerors shall not submit their proposals via ProjNet. Offerors shall submit their proposals in accordance with the provisions stated in the solicitation.
To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system.

The Solicitation Number is: W912QR-19-R-0020
The Bidder Inquiry Key is: D24WSC-H5DZDR

Specific Instructions for ProjNet Bid Inquiry Access:
1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
2. Identify the Agency. This should be marked as USACE.
3. Key. Enter the Bidder Inquiry Key listed above.
4. Email. Enter the email address you would like to use for communication.
5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form.
6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.
7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.

Specific Instructions for Future ProjNet Bid Inquiry Access:
1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret
Question and Secret Answer to log in.
2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
3. Identify the Agency. This should be marked as USACE.
4. Key. Enter the Bidder Inquiry Key listed above.
5. Email. Enter the email address you used to register previously in ProjNet.
6. Select Continue. A page will then open asking you to enter the answer to your Secret Question.
7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system.
From this page you may view all bidder inquiries or add an inquiry.
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.
Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.
The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.
Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids/proposals.

NOTES:
1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation.
2. Government responses to technical inquiries and questions relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the solicitation governs.
Any changes or revisions to the solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary.
The ability to enter technical inquiries and questions relating to proposal procedures or bonds will be disabled five (5) days prior to the closing date stated in the solicitation. No Government responses will be entered into the ProjNet system within two (2) days prior to the closing date stated in the solicitation.

 

 

Response Date:
011419

Sol Number:
W912QR19R0020

 

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