Construction Phase, Architect-Engineer Services ISO USACE-Tulsa District Administered Construction Projects

expired opportunity(Expired)
From: Federal Government(Federal)
W912BV-22-R-0024

Basic Details

started - 26 Jul, 2022 (21 months ago)

Start Date

26 Jul, 2022 (21 months ago)
due - 01 Aug, 2022 (21 months ago)

Due Date

01 Aug, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
W912BV-22-R-0024

Identifier

W912BV-22-R-0024
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE ARMY (132982)USACE (38072)SWD (3864)US ARMY ENGINEER DISTRICT TULSA (1113)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

=====Amendment One=====The purpose of this amendment is to update the solicitation terms and conditions based on RFIs submitted via Proj Net.  Please see the attachment:  22-R-0024_Solicitation_A-E Construction Phase Services_A0001 for full details of the solicitation and updates. ====End of Amendment One====This is a SOLICITATION NOTICE for Architect-Engineer (A-E) Construction Phase Services Indefinite Delivery Contracts (IDCs), in support of Tulsa District Civil and Military programs.CONTRACT INFORMATION: General:  Headquarters, U.S. Army Corps of Engineers (USACE), through its Tulsa District (SWT), intends to solicit offers for A-E Construction Phase Services IDCs in support of the district’s civil and military construction requirements. This proposed acquisition is being procured in accordance with the Brooks Act (Public Law 92-582), as amended; 40 U.S.C. 1101 et. Seq.) and implemented under Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation
based on demonstrated competence and qualifications for the required work. This announcement is being advertised as a "Small Business Set-Aside" under North American Industry Classification System (NAICS) Code 541330, “Engineering Services”, with a small business size standard of $22.5M.  This contract action is anticipated to be awarded on or about September 30, 2022.  SWT intends to award up to three (3) IDCs from this announcement for an estimated total shared contract capacity of $25,000,000.  Each IDC will have a  five (5) year base ordering period with a minimum guarantee amount of $2,500.00.  Prospective A-E firms will provide the full spectrum of construction phase A-E services, primarily in support of SWT customers, but also may be used in support of other programs within the boundaries of the USACE – Southwest Division (SWD). Contracts awarded may be used for A-E Construction Phase Services in support of new construction, repairs, alterations, and upgrades for SWT customers.  The geographic boundary will be SWD, and contract capacity may be transferred to other districts within SWD by Contracting Officer approval.Contract Award Procedure:  All prospective offerors must be registered in the System for Award Management (SAM) database via http://www.sam.gov.  Copies of the solicitation and amendments are available by INTERNET ACCESS ONLY via SAM and the Procurement Integrated Enterprise Environment (PIEE) suite. All solicitation documents will be posted through the SAM and PIEE website under Solicitation No. W912BV-22-R-0024.  It shall be the offeror’s responsibility to check these databases for any amendments.  The offeror shall submit all requested information specified in this solicitation.  There will be no public opening of responses received as a result of this solicitation.  In addition, this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before an award can be made.Type of Contract:  The government intends to award a Firm-Fixed-Price contract resulting from the solicitation.Nature of Work:  The services necessary for each requirement will be awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. Place of Performance:  Projects are anticipated to be primarily in support of SWT, with capability to support other Districts within SWD boundaries.PROJECT INFORMATION:  The following work may be expected under task orders issued under the IDC(s):  General required services consist of qualified, experienced firms capable of providing the full spectrum of construction phase A-E services.  The contractor must have extensive knowledge of all pertinent local building codes to include, but not necessarily limited to, the International Building Code, International Mechanical Code, National Electric Code, Leadership in Energy and Environmental Design, etc.  The contractor must also have extensive knowledge and experience with the USACE three phase inspection system as well as WINRMS.  The contractor shall demonstrate the capability to execute multiple concurrent task orders for construction phase A-E services including, but not limited to, providing a series of qualified construction, engineering, and safety professionals to participate as members of the USACE onsite contract administration teams at various locations (as many as 40 professionals may be required at any given time for extended periods of time of 12 months or more). The required services will include, but may not necessarily be limited to, development of project specific quality assurance plans, management of the three-phase inspection system, onsite review of contractor submitted shop drawings and submittals for conformance with the approved plans and specifications, daily onsite evaluation of construction methods and materials, onsite interpretation of plans and specifications, daily evaluation of jobsite safety, onsite evaluation of construction progress, and daily onsite evaluation of construction for conformance with applicable building codes.SELECTION CRITERIA: The selection criteria for this acquisition are listed in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a)-(e) are primary criteria; item (f) is secondary and is used as a tiebreaker among technically qualified firms. The selection criteria in descending order of importance are:(a)  Specialized Experience and Technical Competence: (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330) (1) The selected team must demonstrate recent and relevant experience (within the past 5 years) and significant experience in performing work on a wide variety of sites located primarily within the Tulsa District as well as the Southwestern Division (SWD) Boundaries in a manner that complies with Federal, State, and Local laws and regulations, and within the timeframe required. Experience is required on both Civil and Military construction sites.  It is anticipated that multiple task orders may be awarded simultaneously to the selected firm. Firms must document specialized experience and technical competence in the construction phase services area and have extensive knowledge of all pertinent local building codes to include but not necessarily limited to the International Building Code, International Mechanical Code, National Electric Code, Leadership in Energy and Environmental Design, etc... The contractor must also have extensive knowledge and experience with the USACE three phase inspection system as well as WINRMS. The contractor shall demonstrate the capability to execute multiple concurrent task orders for construction phase A-E services including but not limited to: providing a series of qualified construction, engineering, and safety professionals to participate as members of the USACE onsite contract administration teams (as many as 20 professionals may be required at any given time for extended periods of time up to 12 months). The required services will include but may not necessarily be limited to onsite review of contractor submitted shop drawings and submittals for conformance with the approved plans and specifications, daily onsite evaluation of construction methods and materials, onsite interpretation of plans and specifications, daily evaluation of jobsite safety, onsite evaluation of construction progress, and daily onsite evaluation of construction for conformance with applicable building codes.(b)  Professional Qualifications:  The criteria will include a review of proposed personnel, in the following disciplines: (either in-house or through subcontractor) and disciplines with registration where applicable: Project Management, Construction Management, Architecture, Mechanical, Fire Protection, Commissioning, Civil, Structural, Geotechnical, Surveying, Project Controls / Construction Scheduling, and Interior Design.  Focus is on qualifications of personnel with knowledge of national, state, and local codes for the Arkansas, Oklahoma, Kansas, and Texas areas, and their relevant experience with providing construction phase engineering support similar to that identified in this synopsis.(c)  Past Performance:  Include performance on Department of Defense (DoD) and other contracts in terms of quality of work, compliance with delivery schedules, history of working relationships with consultants, timely construction and technical support and overall cooperativeness and responsiveness.(d)  Capacity: The criteria for the selected team to provide the specified construction phase services on numerous construction contracts administered by the Corps of Engineers.  Anticipated number of personnel needed could range from 10 to 20 at any given time, depending on workload, and typical duration of construction contracts administered by SWT, which range from six (6) months to three (3) years.(e)  Knowledge of Locality.  Principally the area covered by the Tulsa District as well as the remainder of the Southwestern Division (SWD).  Firm must demonstrate specialized experience with respect to local construction methods.(f)  Volume of DoD contracts: Regarding construction phase services awards in the past twelve (12) months.SUBMISSION REQUIREMENTS: Offerors shall submit all responses to this solicitation via electronic means through the Solicitation Module of the PIEE suite at https://piee.eb.mil/.  Responses submitted by mail or hand carried will not be evaluated.  Responses sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved.  It is the responsibility of the Offeror to confirm receipt of responses.  All responses received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the FAR.There are 10 general steps a vendor must follow in order to use PIEE application modules.  A complete list can be viewed at the following site:  https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.It is the Offeror’s responsibility to obtain written confirmation of receipt of all electronic files submitted in response to this solicitation by the Tulsa District Contracting office.  In the event the Solicitation Module is down, the alternate method for proposal submission is via email to: daniel.k.jernigan@usace.army.mil and rudolfo.morales@usace.army.mil ONLY.  The Offeror must obtain prior approval from the Contracting Officer to use the alternate submission method.  Offerors are responsible for ensuring electronic copies are virus-free and shall run an anti-virus scan before submission. Electronic submission of responses shall be compatible with the following software products: Adobe Acrobat Reader 11 and Microsoft Office Suite 2016.  Narrative portions of submission documents shall be in Adobe Acrobat portable document file (pdf) searchable text format. The Offeror shall not embed sound or video (e.g., MPEG) files into any responses.  Electronic files shall be clearly identified. Interested A-E firms with capabilities and qualifications to perform the required work must submit one copy of the SF 330 (7/2021 Edition), including Parts I and II as described herein, no later than 2:00 p.m. (Central Time) on 1 August 2022.  The date and time are strictly enforced, and late packages will not be considered.  Late proposal rules found in FAR 15.208 will be followed for late submittals. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there).Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file.  All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated.  A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board.  However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete, or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications.  Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $22.5 million.Submit only one SF 330, Part I from the Prime for the engineering and construction management team, completed in accordance with the SF 330 instructions and additional instructions herein.  It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330.In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page.In Section F of the SF 330, Part I, a maximum of 10 projects for the total proposed Team (including the prime and subcontractors) shall be provided.  Do not just list task orders awarded against an Indefinitely Delivery Contract.  Provide specific details of each task order that are relevant to this solicitation.  Use no more than one page per project.In Section G, block 26 of the SF 330, Part I, along with name include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable.  Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team.In Section H of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement.   In this section firms must show their last three (3) years of DoD contract awards stated in dollars (see 3(e) above), provide an itemized summary of DoD awards to include Agency Contract Number/Task Order No.  DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. In addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3.In Section H of the SF 330, Part I, generally describe the firm's Quality Management Plan (QMP). A project specific detailed QMP must be prepared and approved by the Government as a condition of contract award but is not required with this submission.  Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed twenty pages for Section H.  Front and back side use of a single page will count as 2 pages, and print type used in charts, graphics, figures, and tables may be smaller than 11 “font” but must be clearly legible.  For any of the text, do not go smaller than 11-point “font”.  Pages more than the maximums listed will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered.In block No. 4, Part II, provide the Unique Entity Identifier (UEI -- replaced the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System as of 1 April 2022).  The UEI can be created/obtain through SAM.gov.  Provide the UEI for the prime A-E or Joint Venture. The UEI number must be for the firm or joint venture performing the work (i.e., not the parent UEI number, but a UEI number specifically for the office performing the work.Personal visits to discuss this announcement will NOT be entertained.Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted.ADDITIONAL INFORMATION:Responses will NOT be publicly opened.  Information concerning the status of the evaluation and/or award will NOT be available after receipt of responses.  THIS IS NOT A REQUEST FOR PROPOSAL. Questions and/or comments relative to the solicitation shall be submitted via Bidders Inquiry (reference instructions below).  Any information given to an offeror which impacts the solicitation and/or offer will be given in the form of a publicized question and answer on ProjNet’s Bidder Inquiry and/or written amendment to the solicitation. Contractual and Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at: https://www.projnet.org/projnet.To submit and review bid inquiry items, offerors will need to be a current registered user or self-register into the system. To self-register, go to the web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your e-mail address, and then click login. Fill in all required information and click create user. Verify the information on the next screen is correct and click continue. From this page you may view all bidder inquiries or add an inquiry. Bidders will receive an acknowledgement of their question via e-mail, followed by an answer to their question after it has been processed.The solicitation number is: W912BV22R0024The Bidder Inquiry Key is:  5VYB52-HXAE45The bidder inquiry system will close for new inquiries seven (7) days prior to the solicitation due date to ensure adequate time to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specification in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The bidder inquiry technical help call center operates weekdays from 8AM to 5PM Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals.   All requests for information must be submitted via ProjNet’s Bidder Inquiry (see above).Points of Contact: Contracting – MAJ Daniel K. Jernigan at daniel.k.jernigan@usace.army.mil

Tulsa ,
 OK  74137  USALocation

Place Of Performance : N/A

Country : United StatesState : OklahomaCity : Tulsa

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541330Engineering Services
pscCode C1JZARCHITECT AND ENGINEERING- CONSTRUCTION: MISCELLANEOUS BUILDINGS