News

Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) for Architectural & Engineering (A-E) Services to support Fort McCoy, Wisconsin

Type of document: Contract Notice
Country: United States

Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) for Architectural & Engineering (A-E) Services to support Fort McCoy, Wisconsin

Agency:
Department of the Army

Official Address:
1108 South R Street Fort McCoy WI 54656-5142

Zip Code:
54656-5142

Contact:
Jamie Gregar, Phone 6083881007, Email jamie.j.gregar.civ@mail.mil

Link:

Date Posted:
31/10/2017

Classification:
C

Contract Description:
This notice is posted in its entirety and hereby serves as the official solicitation for this project. A solicitation will only be provided to those determined most qualified.

POINT OF CONTACT FOR THIS ANNOUNCEMENT IS Jamie Gregar
SUBMIT QUESTIONS VIA E-MAIL TO: jamie.j.gregar.civ@mail.mil.

The NAICS code is 541330 Engineering Services. The size standard is $15 Million. The Classification Code is C-Architect and Engineering Services. This contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6 and DFARS Part 236.

This announcement is open to all qualified firms and is for the selection of one (1) Architectural & Engineering (A-E) Firm for a five year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. The total capacity of the contract will not exceed $19,500,000. The small business subcontracting plan is NOT required as part of this submittal. The subcontracting plan will be requested with the Request for Proposal.

The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employeeтАЩs office location (not the location of the work). Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this contract. The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, a task order will be included to satisfy the minimum guarantee of $5,000 with the basic contract. Firms must be capable of concurrently responding to and working on multiple projects simultaneously. The selection of a Firm is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. All Firms responding to this announcement are cautioned to review FAR Part 9.5 тАУ Organizational and Consultant Conflicts of Interest; and FAR 36.209 Construction contracts with architect-engineer firms.

SCOPE OF SERVICES: Fort McCoy intends to award one (1) Firm Fixed-Price performance based Architectural & Engineering (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) contract for use at Fort McCoy, WI. The A-E IDIQ contract will be established for a term of five years. A contract minimum of $5,000 and a cumulative $19.5 Million ceiling will apply for the duration of the contract with no limit on individual Task Order amounts. The Architectural and Engineering Services for which Task Orders may be issued may include:

Construction Design to include Site Design: Provide professional Mechanical, Electrical, and Plumbing architectural and engineering services necessary for various projects at Fort McCoy Wisconsin. Projects will include but not limited to buildings, roads, parking lots, bridges, dams and railroads. Provide professional services necessary for the design of various maintenance and repair, and new construction projects that are primarily multi-discipline engineering in nature, i.e., mechanical, electrical, plumbing, with architectural, civil structural, engineering services. Services to include, but are not limited to conceptual design, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports, and construction period services.

Construction Design/Wastewater/Municipal Water Systems: Provide professional Mechanical, Electrical, and Plumbing architectural and engineering services necessary for various projects at Fort McCoy Wisconsin. Provide professional services necessary for the design of various maintenance and repair, and new construction projects that are primarily multi-discipline engineering in nature, i.e., mechanical, electrical, plumbing, with architectural, civil structural, engineering services. Provide analyses, studies, and designs of wastewater treatment plant and collection systems; in addition to municipal water wells, collection and storage systems, and treatment plants. Services to include, but are not limited to conceptual design, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports, studies, and construction period services

Construction Design/Environmental Services: Provide professional Mechanical, Electrical, and Plumbing architectural and engineering services necessary for various projects at Fort McCoy Wisconsin. Provide professional services necessary for the design of various maintenance and repair, and new construction projects that are primarily multi-discipline engineering in nature, i.e., mechanical, electrical, plumbing, with architectural, civil structural, engineering services. Provide environmental services to include but not limited to building, soil, groundwater, surface water and other material contamination investigations and remediation studies; preparing construction storm water permit applications; preparing National Environmental Policy Act documentation to include Environmental Assessments and Impact Statements; conducting biological and natural resource studies and inventories; collecting data and conducting investigations relating to environmental permitting and licensing actions. Services to include, but are not limited to conceptual design, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports, and construction period services.

SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Criteria 1-5 are primary. Criteria 6-7 are secondary and will only be used as тАЬtie-breakersтАЭ among firms that are essentially technically equal.

FACTOR 1 тАУ PROFESSIONAL QUALIFICATIONS: Resumes shall be provided for qualified professional personnel in Section E of SF 330. The selected firm must have, either in-house or through consultants, the following disciplines: (1) project management, (2) quality assurance management, (3) architecture, (4) structural engineering, (5) civil engineering, (6) mechanical engineering, (7) electrical engineering, (8) fire protection engineering, (9) geotechnical engineering, (10) environmental engineering, and (11) land surveying. The lead architect or engineer in each discipline must be registered to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. Firms may provide information on other personnel they feel are significant for the types of work described in the scope of services.

FACTOR 2 тАУ SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Demonstrated breadth, knowledge and experience of current military and federal agency policies, guidance, and regulations for preparation of all levels of NEPA documentation including Environmental Assessments and Impact Statements; construction storm water permit and Section 404 permit; conducting biological and natural resource studies and inventories; performing cultural resources monitoring and documentation; feasibility studies for pollution prevention and energy conservation projects. (2) Knowledge and experience with design in the following areas: Construction Design, Wastewater/water systems Design, and Environmental Design. (3) Demonstrated experience with Wisconsin DNR for environmental assessments, permits, and water and waste water projects requiring approvals, natural resources approvals and historic preservation approvals. (4) Experience designing projects on military installations including familiarity with military codes and standards such as application of Anti-Terrorism requirements. (5) Knowledge and experience with Endangered Species Act, National Historic Preservation Act, and Clean Air and Water Acts.

FACTOR 3 тАУ CAPACITY TO ACCOMPLISH THE WORK: 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 4 тАУ PAST PERFORMANCE: Past Performance on contracts with Government Agencies and Private Industry in terms of Cost Control, Quality of Work, and Compliance with Performance/Design Schedules. Evaluations will be based on Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from Contractor Performance Assessment Rating System (CPARS) 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 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. The evaluation of this factor will be based on the past performance information from the previous five years.

FACTOR 5 тАУ KNOWLEDGE OF LOCALITY: Knowledge of design and construction methods of military projects in the geographic area where work (Fort McCoy, WI) is anticipated to be accomplished. Knowledge of design and construction in areas with: a high water table, winter conditions (design of facilities and utilities considering heavy snow loads, wind loads, frost depths for foundations and utilities, snow removal design, freeze thaw conditions, roof design for falling ice/snow over doors and walkways, and design of heating and cooling systems for the range of temperatures) or constraints imposed by threatened and endangered species act or WI DNR wetland provisions.

FACTOR 6 тАУ GEOGRAPHIC PROXIMITY: Proximity of the principal design office to Fort McCoy, WI

FACTOR 7 тАУ VOLUME OF DEPARTMENT OF DEFENSE (DOD) AWARDS: Volume of DOD contract awards in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB, and will be awarded to the firm with the least amount of DOD award in the last 12 months.

SUBMISSION FORMAT: Three (3) completed and bound paper copies and one (1) electronic copy in PDF format on CD are required for each submission. Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the internet at If a submitting Firm is located outside the United States, the local Dun and Bradstreet office should be contacted. Relative to all submittals, FONT SIZE shall be at least 10 point or larger (MS Word Font Size 10 for Times New Roman, Arial and Courier New fonts are examples of the minimum acceptable Font Size). Except as otherwise indicated, pages shall be 8-1/2 inches by 11 inches. Where page limits are indicated for Parts/Sections of the SF 330, excess pages will not be read or considered. Each side of a sheet of paper shall be counted as a single page. Blank sheets or tabs separating the sections within the SF 330 will not count toward any page limitation. The Organizational Chart required in Section D and the Matrix required as Section G, may be presented on sheets up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches and bound in the SF 330 at the proper location. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D. Resumes in Section E shall not exceed two (2) pages each. Multiple Resumes may be reflected on a single page. Resumes shall be provided for the qualified professional personnel indicated in FACTOR 1, above. Professional licenses, registrations, and/or certifications shall be specifically identified on resumes and the failure to indentify a license, registration and/or certification will result in a presumption that none exists for the individual for whom the Resume is offered. A maximum of Ten (10) projects including the prime and consultants will be reviewed in Section F. No more than one (1) page should be used for each project. Multiple projects may be reflected on a single page. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. Section H shall not exceed fifteen (15) pages. Indication of favorable performance ratings, awards, and repeat clientele in Section H is recommended. In Block H also indicate the estimated percentage of involvement of the proposed team. It is the responsibility of the Prime Contractor to comply with FAR 52.219-14. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime firm. The 50% self-performing requirement will be based on the contract as a whole. A SF 330 PART II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract.

THIS IS NOT A REQUEST FOR PROPOSALS. ALL REQUIREMENTS OF THIS NOTICE MUST BE MET FOR A FIRM TO BE CONSIDERED RESPONSIVE. SOLICITATION PACKAGES ARE NOT PROVIDED. SUBMITTALS MUST BE RECEIVED NO LATER THAN 2:30 PM CENTRAL TIME ON December 5th, 2017. Regulations require that the Selection Board not consider submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:30 PM Central Time on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. Facsimile or electronic transmissions will not be accepted. A Pre-Selection Evaluation Board is tentatively scheduled to commence on or about December 12, 2017. Letters to Firms on the Final Selection List are tentatively scheduled to be sent on or about December 19, 2017. The final Source Selection Evaluation Board is tentatively scheduled to commence on or about January 9, 2018. As required by acquisition regulations, interviews for the purpose of discussing prospective Firms qualifications for the contract will be conducted only with those firms considered most highly qualified after submittal review by the selection board (Final Selection List).

Interviews, if held, may be conducted in person or via telephone. Telephone calls and Personal visits for the purpose of discussing this announcement will not be allowed. Questions are to be in writing via e-mail to the POC listed above. Questions will be answered in writing via posting to a Question and Answer (Q&A) document on www.fbo.gov. Firms are encouraged to view the Q&A document BEFORE sending in a question as it may already be answered. All questions are to be received no later than 2:30 PM CENTRAL TIME on November 15, 2017 to the POC listed above. All Firms making submissions acknowledge the requirement that prospective awardees must be registered in SAM prior to award, during performance, and through final payment of any contract resulting from this announcement. For instructions on registering in SAM, see the SAM website at www.sam.gov/portal/public/SAM/. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF330.

Submittals are to be mailed to: Jamie Gregar, 1108 South R Street, Fort McCoy, WI 54656.

Response Date:
120517

Sol Number:
W911SA-17-R-2024

 

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