News

Multi-Discipline AE Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to Support the U.S. Army Intelligence Command (INSCOM)

Type of document: Contract Notice
Country: United States

Multi-Discipline AE Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to Support the U.S. Army Intelligence Command (INSCOM)

Agency:
Department of the Army

Official Address:
10 South Howard Street Baltimore MD 21203

Zip Code:
21203

Contact:
Tamara A. Wright, Contract Specialist, Phone 4109624958, Email Tamara.A.Wright@usace.army.mil

Link:

Date Posted:
12/10/2017

Classification:
C

Contract Description:

(1) CONTRACT INFORMATION: In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U. S. Army Corps Engineers Acquisition Instruction (UAI) 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of one (1) $40M contract capacity, five-year, Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) for Architect-Engineer (A/E) services. This contract will be used for projects within USACEтАЩs North Atlantic DivisionтАЩs geographic area of responsibility in support of the U.S. Army Intelligence Command (INSCOM) and may be used by other USACE Districts to support INSCOM. Firms will be selected for negotiation based on demonstrated competence and qualifications for required work. See below for general information on the A/E selection process. Projects will be located on secure and non-secure sites and may be located anywhere within the Continental United States (CONUS) or Hawaii.

The firm must be capable of responding to and working on multiple task orders concurrently. Task orders will be awarded based on the contractorтАЩs current workload and its ability to accomplish the order in the required time, geographic location, type of services required, and previous installation experience including customer satisfaction, and performance and quality of deliverables under the current IDIQ. A contract may be issued up to one year after selection. The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subject to the prohibitions and restrictions of the Federal Acquisition Regulations (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest. To be eligible for contract award, a firm or joint venture must be registered in the System for Award Manager (SAM.gov).

An active Top Secret Facility Clearance is required at the time the offer is due, at time of award, and throughout the life of the contract. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified submitting the SF 330 must have the Top Secret Facility Clearance in that name along with the matching Cage Code. For example, if Company A and Company B form a Joint Venture called Company AB, then the Company AB must have an active Top Secret Facility Clearance at the time the offer is due, at the time of award, and throughout the life of the contract. Even if both Company A and Company B, each individually possess the clearance, unless Company AB possesses its own Top Secret Facility Clearance, then the proposal will not be eligible for award.

The award will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services, with a small business size standard of $15M in average receipts. This announcement is unrestricted; therefore, open to all businesses regardless of size. If selected for negotiation, large businesses will be required to submit subcontracting plans that addresses small business utilization and provides maximum practicable opportunities to Small Business, Veteran-Owned, Service-Disabled Veteran-Owned, Historically Underutilized Business Zones, Small Disadvantaged, and Women-owned small businesses. If USACE finds a prospective contractor to be non-compliant with their subcontracting plans on previous contracts, the contractor may not be eligible for award under this synopsis. Small businesses are not required to submit subcontracting plans as part of their response. USACE will consider a subcontracting plan with realistic and achievable small business utilization goals. All subcontracting goals will be monitored through the Electronic Subcontracting Reporting System (ESRS). The plan is not required with this submittal, but will be required with the fee proposal of the large firm selected. Task Orders will be awarded subject to satisfactory negotiation of the individual task order, with the total IDIQ value not to exceed $40M for the life of the contract. Funding will be provided on a Task Order basis with a $5,000 minimum guarantee that applies to the base IDIQ contract. The maximum on a Task Order basis is $10,000,000.00. Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1.

(2) PROJECT INFORMATION: The work may consist of comprehensive A/E services for new construction or renovation projects to include but not limited to: preparation of full plans and specifications, preparation of design build requests for proposal, construction cost estimating, site investigations, analysis, planning, master planning, National Environmental Policy Act (NEPA) documentation, programming (1391), topographic and utility surveys, geotechnical investigations, testing and balancing, design review, facility requirements analysis, physical security and counter terrorism (including weapons of mass destruction), communications/network planning and design, construction phasing and movement planning, interior design and interior fit up, permitting, charrettes, hazardous material investigations, Building Information Modeling (BIM), energy modeling, and the preparation of reports, studies, design criteria/ design analysis documents, Leadership in Energy and Environmental Design (LEED) documentation, value engineering, presentations, coordination with various government agencies and commissions, and other general A/E services. The work may also include providing construction phase and other support services including, but not limited to shop drawing reviews, site visits, technical assistance, LEED documentation during construction, on-site representation, preparation of operation and maintenance manuals, and commissioning/ start-up/ fit-up design support The IDIQ will be used to support projects during the design and/or the construction phase. Each task order will have its own schedule based on the complexity of the applicable project. Task Orders will be evaluated based on level of effort for the scope of services developed for individual projects. Task Orders will be issued during the life of the IDIQ and may extend beyond the five year IDIQ ordering period. The IDIQ will be used to support MILCON projects during design and construction phase support services. Each task order will have its own schedule based on the complexity of the applicable project. Task Orders will be evaluated based on level of effort for the scope of services developed for individual projects in accordance with FAR 16.5. Task Orders will be issued during the life of the IDIQ and may exceed the five year IDIQ ordering period.

(3) SELECTION CRITERIA, (Factors are listed in order of importance): The offeror must demonstrate its qualifications with respect to the published evaluation criteria for all services. The A/E must demonstrate its and each key consultantтАЩs qualifications with respect to the published evaluation factors for all services. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. Selection of the most highly qualified firms for negotiations shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include, primarily (1) specialized experience and technical competence; (2) professional qualifications; (3) past performance; (4) capacity; (5) knowledge of the locality; and (6) any other special qualifications required by the contracting activity, and secondarily may include (1) small business participation plan; (2) geographic proximity. In addition to the above qualifications, special qualifications in the Department of Defense (DoD) include the volume of work previously awarded to the firm by the DoD, with the object of effecting an equitable distribution of DoD A/E contracts among qualified A/E firms including all small business socio-economic categories, and firms that have not had prior DoD contracts. The small business participation plan, as a secondary criterion, will not be applied by a pre-selection board, and will only be used by a selection board as a тАЬtie-breakerтАЭ if necessary, in ranking the most highly qualified firms. The A/E selection procedures will be in accordance with FAR 36.6 A/E Services, DFARS 236.6, EP 715-1-7, PARC and local guidance. Interviews will be conducted for A/E firms identified by Selection Board and will be conducted in Baltimore, MD.

Factor 1 тАУ Specialized Experience And Technical Competence: The firm must demonstrate specialized experience and technical competence in the following types of projects and/or work products which are listed in descending order of importance: (1) Design of new construction projects of various types and sizes; (2) Design for the renovation of existing facilities of various types and sizes; (3) Preparation of design build request for proposals; (4) Preparation of project programming documents such as master planning studies, DD Forms 1391, and experience in conducting both planning and design charrettes; (5) Experience in secure environment facilities in accordance with ICD/ICS 705; (6) Experience with handling multiple task orders simultaneously; (7) Experience of the prime firm and significant subcontractors in working together; (8) Application of cost control through appropriate design and construction techniques on projects to assure projects remain within budget (cost estimating and MII); (9) Analysis and implementation of anti-terrorism and force protection (ATFP) requirements; (10) Obtaining of all necessary Federal, State or local jurisdiction permits; (11) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (12) Analysis, documentation, and implementation of LEED criteria and Energy modeling; (13) Experience in the use of BIM; (14) Coordination, submissions and presentations to the State Historic Preservation Offices, National Capital Planning Commission, and the Commission of Fine Arts; (15) Asbestos and lead paint surveys and testing services.

Firms shall provide projects demonstrating their experience in the types of projects and products as described in (2) Project Information and show specialized experience of the proposed team in provision of the services noted above. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. If the Offeror is a joint venture (JV), relevant project experience should be submitted for the joint venture if shared experience is available; if no shared experience is available, offers may submit projects performed by either joint venture partner. For submittal purposes, a task order on an IDIQ is considered a project as is a standalone contract award. An IDIQ contract should not be listed as an example of a completed project. Instead, list relevant completed task orders or standalone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated.

Factor 2 тАУ Professional Qualifications of the Individual Design Team Members: Offerors will be evaluated on professional qualifications and competence of the proposed personnel to provide services to accomplish the work required under this contract. The firm must have registered and licensed personnel, either in-house or through consultants, in the following list of disciplines: Project manager, architect, landscape architect, interior designer, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, quality assurance/quality control, planner, certified value engineer, communications engineer, Anti-Terrorism/Force Protection (AT/FP) engineer, environmental engineer, geotechnical engineer, cost estimator, building commissioning specialist, land surveyor, survey crew, construction manager, and certified industrial hygienist. In addition, some key management personnel and other personnel in each discipline listed below must possess valid current final Top Secret Security Clearances. It is mandatory that the Contractor maintains a balanced work force with a significant cadre of cleared Top Secret personnel to work in such areas. Provide all clearance information for personnel submitted in the SF330, Section H. The list of key disciplines requiring valid current final Top Secret Security Clearances are: Project manager, architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, planner, communications engineer, Anti-Terrorism/Force Protection (AT/FP), environmental engineer, geotechnical engineer, cost estimator, commissioning specialist, construction manager, and certified industrial hygienist. The evaluation of proposed personnel will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the disciplines above shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. All personnel working under this contract must be U.S. citizens.

The Fire Protection Engineer shall be a registered fire protection engineer and have a degree in Fire Protection Engineering from an accredited university.

The Anti-Terrorism/Force Protection engineer shall be a licensed professional engineer and have experience and training related to compliance with Department of Defense AT/FP policy, standards and specifications.

The communications engineer shall be a licensed professional engineer or be a Registered Communications Distribution Designer.

Interior Designer must be certified by the National Council of Interior Design Qualifications (NCIDQ), licensed interior designer, or licensed architect with experience and training in interior design.

Cost engineer shall be a certified cost engineer (CCE), certified cost consultant (CCC), or have comparable certification as well as experience with cost estimating software, specifically MII.

The Certified Value Engineer must be accredited by SAVE International as a Certified Value Specialist (CVS).

The Commissioning Specialist shall be a licensed professional engineer, and be certified by one of the following organizations: Building Commissioning Association (BCA), National Environmental Balancing Bureau (NEBB), AABC Commissioning Group (ACG), or Association of Energy Engineers (AEE). Any individual that has been the subject of disciplinary action by respective commissioning organization within the five years preceding Contract Award is not eligible to perform any duties related Commissioning. The Commissioning Specialist shall also have documented experience as the lead person responsible for commissioning of building systems of similar type, scope, and complexity and must have at least two projects for which the individual was the documented Commissioning Authority for a LEED certified project. Where a single individual does not have the required experience in commissioning of both mechanical and electrical systems, multiple individuals with the necessary qualifications as stated above shall be engaged under the management of a designated Lead Commissioning Specialist.

Factor 3 тАУ Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from Architect-Engineer Contract Administration Support System (ACASS) and Construction Contract Administration Support Systems (CCASS) and other sources such as past performance questionnaires. Offerors will be evaluated based on past performance with Government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. The evaluation of past performance will be based on information provided through Contractor Performance Assessment Rating System (CPARS)/ACASS/CCASS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified.

Factor 4 тАУ Capacity: Firms must demonstrate their ability to meet schedule, scope and budget of multiple projects simultaneously for an IDIQ by providing appropriate teams or crews to perform those tasks such as surveying, data collection and design effort.

Factor 5 тАУ Knowledge of the Locality: Firms must demonstrate specific knowledge of USACE NAD Area of Responsibility (AOR) and the USACE Baltimore District local conditions or project site features such as geological features, climatic conditions, local construction methods, agency coordination and local laws and regulations.

Factor 6 тАУ Special Qualifications Required by the Contracting Activity: Firms may provide additional information that will demonstrate their plan for program management, team organization including an organizational chart, professional registration, quality control, cost control, value engineering, managementтАЩs approach to engage with and fully integrate in-house disciplines and consultants to ensure that designs are in compliance with standards, codes, and construction practices, prior experience of the prime firm and any of their significant consultants on similar contracts and/or with Intelligence Community customers, and volume of work previously awarded to the firm by DOD within the past 12 months.

*Secondary factors to be used as тАЬtie-breakersтАЭ among firms that are essentially technically equal:

Factor 1 тАУ Small Business Participation Plan: Firms should demonstrate the extent of their participation with small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort.

Factor 2 тАУ Geographic Proximity: Firms will be evaluated on their location with respect to the INSCOM Headquarters located at Fort Belvoir, VA since response time for certain projects may be critical. It is mandatory the contractor have a final Top Secret Facility Site Clearance for the office location(s) performing work under this contract. If a new office is to be established, it must be set up and functional within six (6) months of the issuance of the contract. It is expected that some of the management and key personnel for the task orders issued will be physically located near INSCOM.

(4) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit four (4) hard copies, two (2) electronic copies on CD and an electronic copy via email to Tamara.A.Wright@usace.army.mil of the SF 330, Part I, Part II for prime and all consultants no later than 12:00 PM EST on 16 October 2017. The document shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Submissions for this requirement shall not exceed 125 pages (8.5тА│ x 11тА│), page count is exclusive of Tabs, Dividers, and Part IIтАЩs. The use of an 11тА│ x17тА│ page for the Organizational Chart is allowed. One additional page may be submitted as 11тА│ x 17тА│ in the proposal. Each printed side of a page will count as a page. Solicitation packages are not provided and no additional project information will be given to firms during this announcement period. This is not a request for proposal.

Response Date:
102317

Sol Number:
W912DR-17-R-0017

 

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