Alabama Bids > Bid Detail

Notice for Architect and Engineering (AE) Services to support the Construction Management Program, Mobile District, South Atlantic Division (SAD), USACE

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159211556438727
Posted Date: Jan 18, 2023
Due Date: Mar 15, 2022
Solicitation No: W9127821R0071
Source: https://sam.gov/opp/84261d84aa...
Follow
Notice for Architect and Engineering (AE) Services to support the Construction Management Program, Mobile District, South Atlantic Division (SAD), USACE
Active
Contract Opportunity
Notice ID
W9127821R0071
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
US ARMY ENGINEER DISTRICT MOBILE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 18, 2023 09:35 am CST
  • Original Published Date: Feb 01, 2022 12:19 pm CST
  • Updated Date Offers Due: Mar 15, 2022 12:00 pm CDT
  • Original Date Offers Due: Mar 15, 2022 01:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 30, 2023
  • Original Inactive Date: Mar 30, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Mobile , AL 36602
    USA
Description

AMENDMENT 0001: Change to second paragraph SELECTION CRITERIA:



CONTRACT INFORMATION: The U.S. Army Corps of Engineers, SAD, Mobile District requires AE Services for the Construction Management Program. Services are to be provided under a Multiple Award Task Order a Contract (MATOC).



This procurement will be conducted in accordance with the Architect and Engineer Selection Procedures (formerly referred to as the Brooks Act). The North American Industry Classification System (NAICS) code for this action is 541330. It is open to all AE firms regardless of size. The Government intends to award approximately nine (9) contracts that will utilize a total shared capacity of $99,000,000 for a term not to exceed five (5) years. The Government intends to award three (3) or more contracts on an Unrestricted (UR) basis that will share $49,000,000 in capacity, three (3) or more contracts set-aside for Small Business (SB) that will share $25,000,000 in capacity, and three (3) or more contracts set-aside for Woman-Owned Small Business (WOSB) that will share $25,000,000 in capacity. In the event there are not three (3) WOSBs determined to be most highly qualified AE firms, the capacity set-aside for WOSBs will be rolled into the SB pool. In the event there are not three (3) SBs determined to be most highly qualified AE firms, the capacity set-aside for SBs will be rolled into the UR pool. Work under this contract will be subject to satisfactory negotiation of individual firm fixed price task orders. Rates will be negotiated for each 12-month period of the contract. Task orders will be competed among the MATOC holders using Architect and Engineer Selection procedures pursuant to FAR Subpart 36.6 in accordance with EP 715-1-7, the USACE TORN Process, and FAR 16.505(b)(1). SB MATOC holders will be able to compete for all task orders. UR MATOC holders will be able to compete on task orders that are not set-aside for SBs. AE services under $250,000 will be set-aside for SBs. All MATOC holders, regardless of size, shall provide AE services to support the Construction Management Program as defined in 40 U.S.C. 1101 and FAR 2.101.



All interested AE firms are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest). Awardees must also comply with FAR Clause 52.204-25 (Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment) and FAR Provision 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment).



PROJECT INFORMATION: This procurement is seeking AE services as defined in 40 U.S.C. 40 U.S.C. 1101 and FAR 2.101 to support the Construction Management Program. Potential AE firms shall have the capability to manage multi-disciplined teams, thru in-house staff or consultants, and provide timely and cost-effective solutions for a full range of comprehensive support services for the Construction Management Program. All AE services shall be of the highest possible quality and standards, and adhere to all applicable local, State, and Federal laws. The services are intended to provide a full range of comprehensive support performing tasks and providing deliverables which result in biddability and constructability reviews for building construction projects; preparing contract related documents and analysis, such as construction cost estimates, project schedules or networks analysis systems, delay impact analysis, claims and change order analysis; reviewing submittals; reviewing shop drawing; and performing quality assurance activities in connection to construction inspection specific to the Construction Management Program. Support is provided in compliance with DoD instruction, policy and guidance, as well as State, Federal and local criteria, and requires multiple contracting resources to provide Construction Management support for its diverse range of stakeholders to include the Department of Defense (DoD), U.S. Army, U.S. Army Reserves, U.S. Army National Guard, U.S. Air Force, U.S. Navy, U.S. Marine Corps, Defense Logistics Agency, NASA, Department of Homeland Security, Veterans Administration, Federal Bureau of Investigation, and others. Support will be provided in accordance with the Economy Act and all applicable agreements will be in place prior to providing any requested support. These construction management services will be provided at various military, Federal, and other installations within the Mobile District’s Area of Responsibility (AOR) which includes the southeastern states as well as Central and South America. Work under this contract requires knowledge and capability of drawings produced in the AutoCAD, Autodesk Revit Building Information Modeling (BIM), Bentley BIM, or MicroStation format; technical specifications produced with SPECSINTACT software using Unified Facilities Guide Specifications, or industry standard specifications using international and Host Nation standards; and Government web-based Design Review and Checking System (ProjNet) located at www.projnet.org.





SELECTION CRITERIA: The source selection factors for this procurement are listed below in descending order of importance. Factors 1 through 6 are primary. Factor 7 is secondary and will only be used as a tie-breaker among technically equal firms. Primary factors will be assigned a rating from “outstanding” to “unsatisfactory”, based on the risk to the Government that the Offeror will successfully perform that evaluated factor. An overall rating will also be applied to the proposal submission using the same rating scale. Proposals failing to respond or provide complete information for each factor, as required by this solicitation, will be determined non-compliant and will be removed from further consideration. After all ratings have been assigned, Offerors will be ranked as “Most Highly Qualified,” “Highly Qualified,” and “Not Qualified” in accordance with EP 715-1-7 Architect-Engineer Contracting In USACE.



For purposes of this solicitation, a stand-alone contract (such as a “C” or “P”-type contract) or single task order under an Indefinite Delivery Contract is considered one project. Separating activities performed under a contract or task order will not be considered multiple projects; conversely, combining activities performed under separate contracts or task orders to produce a single project will not be considered. Projects in which the AE Service is not complete will not be evaluated. Task Orders for AE Services in which there are option years are considered complete when the base year is completed.



Factor 1. Professional Qualifications (SF330, Part I, Section E)



Part A – Resumes of Key Personnel (Section E, Blocks 12 – 18): Offerors must have, either in-house or through consultants or subcontractors, the disciplines listed below. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided in Section E. Each resume shall not exceed one page in length. All Professional Registrations, Licensures and/or Certifications must identify the state in which Professional Registration, License and/or Certification is obtained; Professional Registration, License and/or Certification number; and expiration dates (as applicable). Specialist and other disciplines listed below shall have a degree in engineering, geology, or other related field of science, from an accredited university and specific training in the area of specialization. In Block 13, the role listed must use the exact same discipline nomenclature as listed below. If an individual will serve in more than one role, then all disciplines shall be clearly indicated in Block 13. The content of Section E is not to be altered and all items within Section E shall be answered completely. Additionally, all Key Personnel must be shown on the organizational chart in Section D. The following disciplines are required:



(1) Project / Task Order Manager



(2) Architect - Registered Architect, provide licensure/certification number and expiration date



(3) Civil Engineer – Professional Engineer, provide licensure/certification number and expiration date



(4) Electrical Engineer - Professional Engineer, provide licensure/certification number and expiration date



(5) Mechanical Engineer - Professional Engineer, provide licensure/certification number and expiration date



(6) Structural Engineer – Professional Engineer, provide licensure/certification number and expiration date



(7) Cost Estimator(s) – Certified CCP or CEP or equivalent through organizations such as AACE, ICEC, PCEA; provide licensure/certification number and expiration date. Resumes are required for the firm’s and/or consultant’s cost engineering or estimating specialist(s) for the each of the following disciplines: architectural, structural, civil, mechanical, and electrical. A single resume may demonstrate experience in one or more disciplines, however, competence and experience for each assigned discipline must be clearly demonstrated.



(8) Construction Inspector(s) - Resumes are required for the firm’s and/or consultant’s construction inspector(s) for the each of the following disciplines: architectural, structural, civil, mechanical, and electrical. A single resume may demonstrate experience in one or more disciplines, however, competence and experience for each assigned discipline must be clearly demonstrated



(9) Project Scheduler – demonstrate specific experience with 01 32 01.00 10 (Project Schedule) specification section, Resident Management System (RMS) and Quality Control System (QCS) Modules, and Primavera or equivalent scheduling software



(10) Environmental Compliance Specialist – demonstrate specific experience in the regulatory field, with state and federal construction related permits, wetlands, working knowledge and/or training on field/environmental surveys and studies, data collection, data entry, environmental regulations, hazardous material/waste/solid waste management, damage surveys, abatement, inspections, restoration and/or other environmental compliance efforts



(11) Project Controls – demonstrate specific experience with technologies such as BIM, Bluebeam, and electronic drawing sets; reporting efforts such as permit status, design schedule status, and project close-out; and preparing special reports by collecting, analyzing, and summarizing information and trends



(12) Building Envelope Specialist – demonstrate specific experience with building envelope planning, commissioning, and testing, inspecting, and oversight of air and weather barriers



(13) Geotechnical Engineer – Professional Engineer, provide licensure/certification number and expiration date



(14) Fire Protection Engineer - Professional Engineer, provide licensure/certification number and expiration date





Part B – Relevant Projects (Section E, Block 19): All Key Personnel are required to have a minimum of five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to this solicitation. The definition of a project is as noted in ‘Project Information’ and ‘Selection Criteria’ above. Relevant projects are those that reflect experience performing the respective discipline. Relevant Project information should be brief and highlight specific roles and tasks performed by the Key Personnel, Project Type, Scope, and Costs. No more than five projects should be listed for each resume, and each project listed must have been completed within five (5) years of publication of this solicitation announcement. (Note: The projects provided for this factor may also be used to address Factor 2.)



The evaluation of Factor 1 will take into consideration the education and current registration, licensure, certification(s), or specialized training, as applicable, of each person named for each discipline and that person’s longevity with the firm named in Block 15. It will also take into consideration the person’s relevant project experience provided in Block 19. More weight will be given to experience with complex projects on military installations that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information. More weight will also be given for experience in support of the Construction Management Program with the following military construction project types: utility infrastructure, airfield drainage, aprons, vehicle maintenance facilities, barracks, child development centers, lodging facilities, installation access control points, storage facilities, chapels, fire stations, medical facilities, and/or other administrative facilities of similar scope and complexity. This factor may be assessed Strengths or Weaknesses, as appropriate. Only the Key Personnel disciplines requested in this solicitation will be evaluated.



The basis of evaluation for Factor 1 will be information submitted in Part I, Sections E and G.



Factor 2. Specialized Experience and Technical Competence (Projects) (SF330, Part I, Section F)



For Factor 2, Offerors are to demonstrate specialized experience and technical competence which meets the definition of AE Services as defined in 40 U.S.C. 1101 and FAR 2.101. In Section F Offerors are to submit up to ten (10) projects that best illustrate the proposed team’s qualifications for award of a contract. (Note: The projects provided for Factor 1 may also be used to address this factor, however, not by reference only.) The definition of a project is as noted in ‘Project Information’ and ‘Selection Criteria’ above. For each project use only one page and note the contract or task order number, as applicable. The SF330 may be modified in order to meet the Submission Requirements (font size); however, the content of Section F is not to be altered (removal or deletion of required Blocks) and all items within Section F shall be answered completely.



Projects in which the AE Service is not complete will not be evaluated. All projects must have been conducted within five (5) years of publication of this solicitation announcement (see Block 22) and must be complete at the publication of this solicitation announcement. At least six (6) of the projects presented must show that the Offeror (the firm submitting the SF330 as the prime contractor), whether as a prime contractor or subcontractor, performed the majority (>50%) of the work on the project. To demonstrate such performance, Offerors are to specifically describe the type(s) of work performed and state the percentage they performed of each type of work. If a proposed subcontractor also worked on the project, state the type(s) and percentage(s) of work it performed. If an Offeror submits more than six (6) projects, those projects must reflect performance of work by the Offeror, or one or more of its proposed subcontractors. For each such project state the percentage of work performed by the Offeror, and/or the percentage of work performed by each proposed subcontractor. Clearly identify the Project Number (as indicated above), Type and the Offeror’s role on the project. In Block 24, “cost” is the total value of the project, not simply the value of the work performed by the Offeror and/or any proposed subcontractor. The Government reserves the right to review any official performance evaluation system of records to inform its source selection decision. When completing Section G, in Block 26, along with the name of key personnel, include the firm with whom the person is or was associated at the time the project was performed.



Those firms submitting as Joint Ventures (JV) must follow the same procedures as any other Offeror with the following exception. If the JV (the Offeror) cannot provide at least six (6) projects that demonstrate performance by the JV of 50% or more of a project, as either a prime contractor or subcontractor, the JV may provide projects performed by any partner of the offering JV that reflect performance of 50% or more of a project, as either a prime contractor or subcontractor. JV Offerors are not required to submit projects of both partners but more consideration may be given for projects that were performed as a JV.



Of the projects submitted as prescribed above, relevant projects are those that reflect the specialized experience and technical competence of the Offeror and/or proposed subcontractor(s), as prime contractors or subcontractors, performing services similar to those described above in the paragraph titled Project Information. More weight will be given to experience with complex projects on military installations that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information. More weight will also be given for experience in support of the Construction Management Program with the following military construction project types: utility infrastructure, airfield drainage, aprons, vehicle maintenance facilities, barracks, child development centers, lodging facilities, installation access control points, storage facilities, chapels, fire stations, medical facilities, and/or other administrative facilities of similar scope and complexity. This factor may be assessed Strengths or Weaknesses, as appropriate.



The basis of evaluation for Factor 2 will be information submitted in Part I, Sections F and G.



Factor 3. Specialized Experience and Technical Competence (Technical Capabilities) (SF330, Part I, Section H)



In Part I, Section H, the Offeror must provide a proposed work management plan demonstrating its team’s breadth of knowledge and experience with Construction Management. The narrative should describe the corporate approach, driving criteria or potential constraints, and examples of successful performance. The narrative should specifically discuss knowledge of, and experience with, work management planning to include quality management, subcontractor management, prior experience of the prime firm and any significant consultant, version control management, proactive internal and external communication protocols, and independent submittal review processes in the context of providing services under multiple task orders. This factor may be assessed Strengths or Weaknesses, as appropriate.



Factor 4. Past Performance (SF330, Part I, Section H)



Offerors shall demonstrate in narrative (or other format) a history of customer satisfaction with the Offeror's quality of work, cost control and scheduling. Past Performance history is not to be limited to information presented in Factor 2. Past performance can be substantiated by presentation of CPARS or PPQ ratings, or customer ratings from other project evaluation systems. Customer excerpts or quotes from prior evaluations for the purposes of substantiating the narrative are not desired. The narrative should describe the corporate approach for maintaining success with customer satisfaction with the Offeror's quality of work, cost control and scheduling. This factor may be assessed Strengths or Weaknesses, as appropriate, with more weight given to successful performance ratings in these three areas on Department of Defense contracts.



Factor 5. Capacity to Accomplish the Work (SF330, Part I, Section H)



All Unrestricted Offerors are to clearly demonstrate the capacity to accomplish at least three (3) $500,000 task orders simultaneously. All SB Offerors are to clearly demonstrate the capacity to accomplish at least three (3) $250,000 task orders simultaneously. This factor may be assessed Strengths or Weaknesses, as appropriate.



Factor 6. Knowledge of Locality (SF330, Part I, Section H)



Offerors are to clearly demonstrate their knowledge of the locality of AE services to support the Construction Management Program. The narrative should describe the any known of geological features, climatic conditions or local construction methods that are unusual or unique to Mobile District’s AOR in support of the Construction Management Program. More consideration will be given to narratives demonstrating a comprehensive understanding of the differing programs and challenges therein supporting the Construction Management Program. This factor may be assessed Strengths or Weaknesses, as appropriate.



Factor 7. SB and SDB Participation (SF330, Part I, Section H)



Offerors shall provide the extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions. The participation is to be measured as a percentage of the total anticipated contract effort, regardless of whether the small businesses, small, disadvantaged businesses, historically black colleges and universities, or minority institutions are the prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. This factor is not to be confused with a formal subcontracting plan. This factor is a secondary criterion and will only be evaluated as a tie-breaker among technically equal firms.



Interviews. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications will be conducted by the AE Evaluation Board (Selection Board). Interviews will be held with those offerors deemed by the Board to be qualified for award. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed.



SUBMISSION REQUIREMENTS: Interested AE firms or joint ventures (JVs) with the capabilities to perform this work are invited to submit one (1) complete PDF of their SF330 (Architect-Engineer Qualifications) proposal. Offerors must submit the electronic proposal package to the USACE via Procurement Integrated Enterprise Environment (PIEE) website (https://piee.eb.mil/xhtml/unauth/home/login.xhtml -OR- https://wawf.eb.mil



-OR- https://piee.eb.mil). Emailed submissions of proposals are not permitted and will not be accepted under any circumstances. The Government must receive your proposal no later than the time and date as specified in this solicitation. The PIEE website must show the proposal was prior to the specified time. Offerors may confirm proposal receipt by emailing the following Points of Contact: Ms. Cheryl Ayler at Cheryl.L.Ayler@usace.army.mil and Ms. Courtney Perry at Courtney.L.Perry@usace.army.mil. The current edition of the SF330 must be used and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe Acrobat XI or an earlier version. Proposals submitted in a format other than as described above will not be accepted. All Offerors responding to this solicitation MUST identify on the front cover of the SF330 their company name, solicitation number, and category (UNRESTRICTED, SMALL BUSINESS, WOMAN OWNED SMALL BUSINESS) for which they are submitting. Proposals not identifying which category they are submitting on the front cover will be considered UNRESTRICTED for evaluation purposes. Separate proposal responses MUST be submitted for each category in which an Offeror wants consideration. All Offerors, to include JVs, submitting proposals shall obtain a DUNS number. Include the DUNS number in Part I, Section B, Block 5 next to the name of the firm. Additionally, all Offerors, to include JVs, must be registered in the System for Award Management (SAM). For instructions on registering with the SAM, go to https://www.sam.gov/SAM. JVs are to include a fully executed JV Agreement with their proposal at Part II. JVs submitting as 8(a) are to include a JV Agreement that has been reviewed by their respective SBA District. All fonts shall be at least 12 or larger in Arial (not Arial Narrow) to include text, tables, and figures. Pages shall be 8-1/2 inches by 11 inches. The Organizational Chart required in Part I, Section D and the Matrix required by Part I, Section G may be presented on a sheet up to 11 inches by 17 inches, each counting as one page respectively. Do not use multi-column formatting. The SF330 is to be organized as indicated below.



Part I of the SF330 shall not exceed 45 pages, including cover sheets, cover letters, separators, and blank sheets, and shall be organized as follows:



SF330, Part I, Sections A, B, C and D.



SF330, Part I, Section E.



SF330, Part I, Section F.



SF330, Part I, Section G.



SF330, Part I, Sections H and I.



Part II of the SF330 shall not exceed 30 pages, including cover sheets, cover letters, separators, and blank sheets. A Part II is required for each branch office of the Offeror and any subcontractor that will perform a key role under the contract. Part II shall be organized as follows:



SF330, Part II



SF330, Part II, Offeror and Subcontractor Information and Joint Venture Agreement (as applicable) (This document does not count against the page limitation for Part II).





OFFERS MUST BE RECEIVED AT THE ADDRESS INDICATED ABOVE NO LATER THAN NOON CENTRAL TIME ON 15 MARCH 2022. The Agency will not accept any offers received after this time and date.





ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted. Questions should be submitted no later than 24 February 2022, NOON Central Time to allow time for a response. On this date and time, the portal will be closed. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W9127821R0071. The Bidder Inquiry Key is: RX6W2M-FF87QJ. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 109 ST JOSEPH ST
  • MOBILE , AL 36628-0001
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >