News

Multi-Discipline Architect/Engineer (A/E) Services for Military Projects for Baltimore District, U.S. Army Corps of Engineers

Type of document: Contract Notice
Country: United States

Multi-Discipline Architect/Engineer (A/E) Services for Military Projects for Baltimore District, U.S. Army Corps of Engineers

Agency:
Department of the Army

Official Address:
2 Hopkins Plaza Baltimore MD 21201

Zip Code:
21201

Contact:
Mark Cap, Contract Specialist, Phone 4438532061, Email mark.cap@usace.army.mil тАУ Laura A. Wade, Contracting Officer, Phone 4109622675, Email laura.a.wade@usace.army.mil

Link:

Date Posted:
30/11/2018

Classification:
C

Contract Description:
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 two (2) Unrestricted $24.5M, five-year, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Task Order Contracts (SATOC) for Architect-Engineer (A/E) services. One (1) SATOC will be required to hold a Top Secret Facility Clearance (TS-FCL) in support of NABтАЩs Intelligence Community (IC) mission. The TS-FCL must be active at the time of proposal submission, and must be maintained throughout the life of the contract. The other SATOC will be Uncleared. These contracts will be used for projects within USACEтАЩs North Atlantic Division (NAD) geographic area of responsibility (AOR). The TS-FCL SATOC IDIQ will also have incidental utilization in the Contiguous United States (CONUS) and in Alaska, Hawaii, and Puerto Rico. Firms will be selected for negotiation based on demonstrated competence and qualifications for required work. The awards 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. Task Orders awarded under the SATOC will comply with FAR 16.505, ordering procedures. To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at Funding will be provided on a Task Order basis with a $3,000 minimum guarantee for each contract awarded. The maximum on a Task Order is $24,500,000 for all work associated with military construction (MILCON), sustainability, restoration, and maintenance (SRM) projects, Interagency and International Services (IIS) projects, and Civil Works projects. Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1. The TS-FCL IDIQ contract that will be supporting secure work that will require a TS-FCL.


(2) PROJECT INFORMATION:
The work may consist of comprehensive A/E services for new construction or renovation projects within the range of A/E Services as defined by 40 U.S.C. 1102 and FAR 2.101, including 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, stormwater management design, sediment and erosion control plans, National Pollutant Discharge Elimination System (NPDES) permitting (including obtaining all necessary state permits), 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 scope of projects may include but are not limited to: the interior and/or exterior building renovations, heating, ventilation, and air conditioning (HVAC) upgrades, electrical upgrades, paving, utilities and infrastructure, and tenant facilities. Facility types may include but not limited to: administration and training facilities, vehicle and pedestrian access control points, warehouses, community support facilities, military testing facilities, troop housing, recreational and physical fitness facilities, child development facilities, and medical and non-medical laboratories and research facilities for military and other non-military government agencies, to include the IC mission within NAB.

The IDIQ(s) will be used to support larger MILCON projects (task orders over $400,000), SRM projects, IIS projects, and Civil Works projects in accordance with DFARS 219.502-1 and DFARS 219.502-2. 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 ordering period of the IDIQs and may extend beyond the five year IDIQ ordering period.

(3) SELECTION CRITERIA: 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 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, Engineering Pamphlet (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 of 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 with handling multiple task orders simultaneously; (6) Experience of the prime firm and significant subcontractors in working together; (7) Application of cost control through appropriate design and construction techniques on projects to assure projects remain within budget (cost estimating and MII); (8) Analysis and implementation of anti-terrorism and force protection (ATFP) requirements; (9) Obtaining of all necessary Federal, State or local jurisdiction permits; (10) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (11) Analysis, documentation, and implementation of LEED criteria and Energy modeling; (12) Experience in Advanced Modeling Requirements for USACE projects including the use of BIM; (13) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (14) Coordination with, submissions, and presentations to the State Historic Preservation Offices (SHPO), National Capital Planning Commission (NCPC), and the Commission of Fine Arts (CFA); (15) Asbestos and lead paint surveys and testing services.

Firms shall provide up to 10 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 the services noted above. All projects provided in the SF330 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 contract is considered a project as is a standalone contract award. Do not list an IDIQ contract 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 key 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 key disciplines: Project manager, architect, landscape architect, interior designer, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, quality assurance/quality control reviewer, planner, certified value engineer, communications engineer, anti-terrorism/force protection (AT/FP) engineer, environmental engineer, geotechnical engineer, cost engineer, commissioning specialist, land surveyor, survey crew, construction manager, and certified industrial hygienist, and LEED professional.

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 environmental engineer should have experience obtaining environmental permits in the NAB region.

The Communications Engineer shall be a licensed professional engineer or be a Registered Communications Distribution Designer (RCDD).

The 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.

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

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

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 to 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.

The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders for multiple customers in the required time frames.
All personnel working under both contracts must be U.S. citizens.

For the TS-FCL contract, the personnel in each key discipline listed above 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 availability of an adequate number of personnel in the key disciplines 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.

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 CPARS and other sources, such as past performance questionnaires. Offerors will be evaluated based on past performance with Federal 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 CPARS 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 on multiple concurrent projects by providing appropriate teams and adequate staff to perform the services required by the IDIQ contract.

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, permitting, 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 volume of work previously awarded to the firm by DOD within the past 12 months.

Secondary factors will only be used as тАЬtie-breakersтАЭ among firms that are essentially technically equal.

Factor 1 тАУ Small Business Participation Plan: Firms shall demonstrate the extent of their participation with small businesses. Offerors will be evaluated in terms of their ability to successfully meet the small business participation target goals through collective small business participation from any type of small business or sub-category small business.

Factor 2 тАУ Geographic Proximity: Firms will be evaluated on their location with respect to the USACE NAD Area of Responsibility (AOR) and the USACE Baltimore District.

(4) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit four (4) hard copies and two (2) electronic copies on CD of the SF 330, Part I, Part II for prime and all consultants and four (4) hard copies and two (2) electronic copies on CD of the Small Business Participation Plan no later than 12:00 PM EST, 10 January 2019. The SF330 and the Small Business Participation Plan shall each be submitted as separate files using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. The SF330 Part 1 shall not exceed 125 pages (8.5тА│ x 11тА│), including no more than 10 pages for Section H. 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.

All Requests for Information (RFIs) will be submitted electronically to the Contract Specialist, Mark Cap, at Mark.Cap@usace.army.mil. The suspense for submitting RFIs is 12PM EST on 12 December 2018. RFIs beyond this date and time will not be addressed.

The Government intends to negotiate one (1) Uncleared SATOC IDIQ and one (1) cleared SATOC IDIQ which requires a TS-FCL. If a firm successfully negotiates and is awarded the cleared SATOC, that firm will no longer be eligible to negotiate or be awarded the Uncleared SATOC.

All firms will be considered for the Uncleared SATOC IDIQ. If firms want to be considered for the SATOC IDIQ requiring a TS-FCL, identify submissions as: MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR MILITARY PROJECTS IN THE BALTIMORE DISTRICT, U.S. ARMY CORPS OF ENGINEERS UNRESTRICTED IDIQ w/TS-FCL.

Primary Point of Contact

Mark Cap
Email address: Mark.Cap@usace.army.mil
U. S. Army Corps of Engineers, Baltimore District,
2 Hopkins Plaza
Baltimore, Maryland 21201
443-853-2061

Response Date:
011019

Sol Number:
PANNAD-19-P-0000-000593

 

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