News

Indefinite Delivery-Indefinite Quantity Architect and Engineering Services Contract

Type of document: Contract Notice
Country: United States

Indefinite Delivery-Indefinite Quantity Architect and Engineering Services Contract

Agency:
Department of the Army

Official Address:
2841 S. County Trail
Bldg 235 East Greenwich RI 02818-1728

Zip Code:
02818-1728

Contact:
Mona Morin, Contract Specialist, Phone 4012754248, Email mona.morin.civ@mail.mil тАУ Timothy Caron, Contract Specialist, Phone 401-275-4282, Email timothy.j.caron.mil@mail.mil

Link:

Date Posted:
09/05/2017

Classification:
C

Contract Description:

DESCRIPTION: Indefinite Delivery-Indefinite Quantity Architect and Engineering Services Contract. The United States Property and Fiscal Officer (USPFO) for Rhode Island, Rhode Island National Guard, intends to award a single firm fixed-price Indefinite-Delivery/Indefinite-Quantity (IDIQ) Architect-Engineer (A-E) Services contract. This announcement is being solicited as unrestricted. Small business size standard is $7.5 Million for NAICS 541310. The Points of contact for this announcement are Ms. Mona Morin and Capt Timothy Caron. Submit questions to mona.morin.civ@mail.mil and timothy.j.caron.mil@mail.mil.

CONTRACT INFORMATION: The work requires multi-discipline professional A-E services for various projects throughout the State of Rhode Island (RI Air National Guard/RI Army National Guard). Selection of a firm is not based upon competitive bidding procedures, but rather the process for A-E firm selection described in FAR Part 36 using the competitive ranking of firms based upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. The competitive ranking will be followed by a negotiation with the most highly ranked firm and continuing to lower ranked firms only if satisfactory terms are not reached with the preferred firm as described in FAR 36.606. The A-E firm must be capable of responding to and working on multiple task orders concurrently. All firms responding to this announcement are cautioned to review FAR 9.5 тАУ Organizational and Consultant Conflicts of interest; and FAR 36.209 тАУ Construction Contracts with Architect-Engineer firms. The United States Property and Fiscal Officer (USPFO) for Rhode Island intends to award one (1) Firm Fixed-Price Architect-Engineer (A-E) Indefinite Delivery-Indefinite Quantity (IDIQ) Contract, with Options, for support of National Guard activities throughout the State of Rhode Island (RI Air National Guard/RI Army National Guard). The A-E IDIQ contract will be established for a base period of two (2) years with options exercisable for three (3) successive one (1) year option periods. A one-time minimum guaranteed amount for the contract is $2,000.00; and a cumulative $10 Million ceiling will apply for the duration of the contract. The Maximum Task Order Amount to be awarded for any single requirement is $500,000. This A-E IDIQ Contract is intended to support the USPFO for Rhode Island Multiple Award Task Order Contracts (MATOC) for Construction which have a maximum award value of $5,000,000. The average MATOC for Construction award by this agency for the previous five (5) years has been approximately $300,000.00, with a high of $1,600,000 and a low of $5,000.00. There is no minimum guarantee in the option years. Firm Fixed-Price (FFP) Task Orders are anticipated to be awarded against the A-E IDIQ contract. Large business firms that intend to be awarded a contract must convey their intent to meet the minimum small business goals on the SF 330, Section C., by identifying subcontracting opportunities with small businesses. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal Package. The subcontracting plan is NOT required with the initial SF 330 submittal. The National Guard subcontracting goals are as follows: Small Business 34%; Small Disadvantaged Business 5%; Women-Owned Business 5%; HUBZone Small Business 3%; Service-Disabled Veteran-Owned Small Business 3%.

The Government anticipates that this announcement will result in the award of one contract to provide services to supported locations/activities on a statewide basis. Offerors shall note that there will be no travel paid on the resulting task order unless specifically authorized by the contracting officer and only in unusual circumstances.

DUTIES: Work will involve a broad variety of investigative, design and construction monitoring services (Types A, B, and C services respectively), in accordance with applicable Army, Air Force and National Guard regulations/standards for facility design and construction and miscellaneous other services which include, but are not limited to: Investigative, design and/or monitoring services for design-bid-build and criteria consultant services for design-build projects pertaining to repair, maintenance, alteration or new construction of facilities and aviation-related structures; scope development, design criteria and conceptual designs; feasibility and planning studies; field investigations; plans and specifications; historical preservation and archaeological services, studies and reports; topographic subsurface investigation and other surveys; anti-terrorism/force protection; space planning and interior design; construction cost estimating; quality control; asbestos and lead-based paint assessment and abatement; building evaluation reports; construction management; life safety studies; fire protection measures; life cycle cost analyses; landscaping design; miscellaneous design and problem analyses; independent technical review of product submittals; and on occasion, participation in peer review processes and source selection boards. Designed projects shall incorporate but are not limited to applicable sustainable design methods and practices in accordance with EPACT 2005 and ANG Sustainable Design and Development policies.

DISCIPLINES: The work will require primarily architectural; mechanical, electrical, civil and structural engineering; cost estimating; and specification writing services but may also necessitate, but is not limited to geotechnical, toning/subsurface mapping, environmental, industrial hygienist, fire protection, historic preservation and archaeological monitoring, surveying, space planner/interior designer, landscape architect or designer, construction manager/inspector, USGBC LEED accredited professional, and other disciplines with specialized experience.

SELECTION CRITERIA; FAR 36.602-1(a): Failure of a firm to address its specified qualifications will result in the incontrovertible determination that the submittal is non-compliant with the submission requirements.

Firms will be evaluated on the following factors and A&E selection criterion, included in descending order of importance:

PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services. This factor evaluates the experience of persons on the team in each of the architectural and engineering disciplines, such as, architecture; mechanical; civil; electrical; and structural, required to accomplish the various project(s).

SPECIALIZED EXPERIENCE and technical competence in the type of work required, including, where appropriate, Antiterrorism/Force Protection (AT/FP), sustainable design, comprehensive interior design and government permitting. This factor evaluates the amount of experience the A-E firm has in designing similar projects and evaluating their technical competence.

CAPABILITY to accomplish the work in the required time. This factor evaluates the ability of the A-E firm to accomplish the project(s) in required timelines, given their current and projected workload and the availability of their key personnel.

PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The selection boards shall use performance evaluation data from the Contractor Performance Assessment Rating System (CPARS), in accordance with FAR 42.1501. This system is accessed at . The data obtained from this system and used by the selection boards will become part of the contract file.

 

SECONDARY FACTOR:  Location in the general geographical area of the project and knowledge of the locality of the project, provided that application of this criterion yields an appropriate number of qualified firms for the nature and size of the potential projects. Factor considers the proximity of the A-E firmтАЩs office relative to the location of the work to be accomplished. VOLUME OF WORK performed in the previous 12 months under contracts awarded by DOD.

SECONDARY FACTOR:  The extent of past participation of Small Businesses (SB), Small Disadvantaged Businesses (SDB), historically black colleges and universities (HBCU), and minority institutions (MI). Regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the selection boards shall give greater consideration to those firms with greater past participation.

VOLUME of DoD contract awards (tie breaker only). In the result of a tie, the selection boards may consider this factor to equitably distribute DoD contracts among qualified A-E firms. The selection boards shall consider the total value of DoD work awarded to the firm in the preceding 12 months. This information is available from the Federal Procurement Data System (FPDS). The smaller value of DoD work the firm has been awarded during the preceding 12 months, the more consideration the selection boards shall give that firm.


SUBMISSION REQUIREMENTS: THIS IS NOT A REQUEST FOR PROPOSALS. Interested Architect-Engineer firms having the capabilities to perform the anticipated work are invited to submit three (3) completed and bound paper copies of their SF 330 (Parts I and II) (Architect-Engineer Qualifications). Additionally, firms may submit the data on CD/DVD but the CD/DVD shall not substitute for the hard copy submission. Submitting firms are to include the DUNS, CAGE and TIN numbers along with the name of the firm in Block 5 of the SF 330, Part I, Section B. FONT SIZE shall be at least 10 pitch or larger on white letter-sized paper (8-1/2 inches by 11 inches), limited to 20 double-sided sheets, stapled, fastened or bound. Do not furnish design portfolios, prints, magazines, newspaper clippings and/or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Solicitation packages will not be provided. Qualification submissions must be received no later than 3:00 p.m., local time, on Tuesday, May 30 2017. Submission may be hand-carried to the Contracting Office, USPFO for Rhode Island, Camp Fogarty, Building 235, 2841 South County Trail, Route 2, East Greenwich, RI 02818 or mailed to this same address, ATTN: Mona Morin. Facsimile transmissions will not be accepted. Late proposal rules in FAR 15.208 will be followed for submissions received after 3:00:00 p.m. local time on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. All information relating to this synopsis, including pertinent changes/amendments and information prior to the date set for receipt of AE Qualification Submission will be posted on Cover letters and extraneous materials ARE NOT desired and WILL NOT be considered by the selection boards. Personal visits, for the purpose of discussing this announcement or the Submittal, will not be allowed. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). To register go to: . You will need your DUNS number to register. Instructions for registering are on the web page. Firms should be registered well in advance of the closing date for submission of the SF 330 as the process may take 3 тАУ 5 days.

Response Date:
053017

Sol Number:
W912LD-17-R-0006

 

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