CONTRACT INFORMATION: The U.S. Army Corps of Engineers, South Atlantic Division, Mobile District requires AE Services to support the CTC at Redstone Arsenal, Huntsville, AL. Services are to be provided under a Single Award Task Order a Contract (SATOC).
This procurement will be conducted in accordance with the AE 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 one contract on an unrestricted basis. The total capacity of the award will be $49,000,000 for a term not to exceed five (5) years. 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. All interested AE firms are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest), and all large AE firms are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts with small and disadvantaged businesses to the maximum extent practicable consistent with the efficient performance of the contract. A large business awardee must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan for that part of the work to be subcontracted, and will be required to submit a detailed subcontracting plan during contract negotiations.
Contractor Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under their contract via a secure data collection site at http://www.ecmra.mil/. Reporting inputs will be for the labor executed in each Government fiscal year (FY), which runs October 01 through September 30. While inputs may be reported at any time during the FY, all data shall be reported no later than October 31 of each calendar year. The contractor may direct questions to the help desk at: http://www.ecmra.mil/.
PROJECT INFORMATION: AE services to support the CTC at Redstone Arsenal, Huntsville, AL include planning and design of facilities and infrastructure for construction which meets the definition of AE Services as defined in 40 U.S.C. 1101 and FAR 2.101. AE firms will provide timely and cost effective responses to support the CTC at Redstone Arsenal, Huntsville, AL. The CTC Phase 1 requires the full design of a five-story building, approximately 300,000 square-feet, for the FY2021 construction program with an estimated construction cost of approximately $234 Million. The CTC Phase 2 requires the full design of a four-story building, approximately 300,000 square-feet, for the FY2023 construction program with an estimated construction cost of approximately $198 Million. These new buildings will consolidate existing leased lab facilities; enable performance of Continuous Integration, Ground Test Infrastructure, and the implementation of a Ballistic Missile Defense System; and provide agility to support emerging requirements and address integration and testing problems. The functional areas for each building include consolidated data centers, high performance specialized electronic simulation high bay laboratories and testing spaces, administrative spaces, and associated support spaces to include infrastructure, auxiliary power, parking and site work.
The selected firms must have the capability thru In-House staff or consultants to perform the following services, to include but not limited to: development of construction plans and specifications for horizontal construction projects with civil/site designs such as roads, grading, drainage, utility systems, geotechnical investigations, foundation designs, topographic surveys, and other miscellaneous civil items for new construction; development of construction plans and specifications for vertical construction projects with architectural, mechanical, electrical, and structural design for new construction; completion of ancillary environmental work; preparation of the technical design-bid-build solicitations; perform and support completion of charrettes, value engineering studies, environmental permit applications; perform surveying and mapping, geotechnical and subsurface utility investigations; produce design drawings utilizing District standards for CADD, BIM and other supporting modeling software and formatting standards as directed by task order; produce technical specifications utilizing SPECSINTACT software using Unified Facilities Guide Specifications; be an extension of the project development team, involved in all major technical discussions, attend appropriate project internal quality control/assurance and review meetings; be responsible for accuracy and completeness of quantity calculations and analyses to support and develop cost estimates for all stages of the project including planning, programming, design, and construction; perform construction phase services including Quality Control, Quality Assurance, Technical Assistance and Technical Review of engineering products and construction performance and supporting documentation.
Design drawings shall be produced in the AutoCAD, Autodesk Revit Building Information Modeling (BIM), Bentley BIM, or MicroStation format. BIM models shall be delivered in their proprietary format along with exported IFC models, and 2D CAD drawings (construction documents). Technical specifications will be produced with SPECSINTACT software using Unified Facilities Guide Specifications. Responses to design review comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org. The work will be located at Redstone Arsenal, Huntsville, AL.
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. Offerors must provide a response to all factors. 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. 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 or single task order 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. A single task under an Indefinite Delivery Contract is considered a project, not an Indefinite Delivery Contract itself. Projects in which the A-E Service is not 100% complete will not be evaluated.
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. Licensure and certification numbers and expiration dates (as applicable) must be provided on the resume. 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 date
(3) Civil Engineer - Professional Engineer, provide licensure/certification number and date
(4) Electrical Engineer - Professional Engineer, provide licensure/certification number and date
(5) Mechanical Engineer - Professional Engineer, provide licensure/certification number and date
(6) Structural Engineer - Professional Engineer, provide licensure/certification number and date
(7) Fire Protection Engineer - Professional Fire Protection Engineer, provide licensure/certification number and date; demonstrate two years design experience with sprinkler fire protection systems; demonstrate four years of design experience with current nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis on NFPA 101 Life Safety. Provide documentation that the Fire Protection Engineer passed the NCEES exam for Fire Protection Engineering (limited to one page, this page will not count against the page count)
(8) Interior Designer - Registered Architect or Interior Designer with NCIDQ certification, provide licensure/certification number and date; demonstrate design experience with comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations
(9) IT Systems/Network/Communications Engineer - Registered Communications Distribution Design (RCDD), provide licensure/certification number and date for the RCDD certification
(10) Geotechnical Engineer - Professional Engineer or Geologist, provide licensure/certification number and date
(11) Environmental Engineer - Professional Engineer, provide licensure/certification number and date
(12) Surveyor - Professional Engineer or Land Surveyor, provide licensure/certification number and date
(13) Landscape Architect - provide a Professional Landscape Architect, provide licensure/certification number and date, as a Professional Landscape Architect
(14) Master Planner - Certified AICP or equivalent; provide licensure/certification number and date; demonstrate experience with area development plans, installation/base development plans, and overall master plans
(15) Cost Estimator - Certified AACE, ICEC, PCEA, or equivalent; provide licensure/certification number and 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.
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 ten (10) 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 or certification(s), 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 full-design type projects, projects with multiple buildings in a campus setting with complex data centers and specialized electronics, on military installations, and that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information. 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 (SF330, Part I, Section F)
For Factor 2, Offeror's are to demonstrate specialized experience and technical competence for the design of facilities and infrastructure for construction which meets the definition of A-E Services as defined in 40 U.S.C. 1101 and FAR 2.101. This factor considers specialized experience and technical competence to support planning and design of CTC, Redstone Arsenal, Huntsville, AL and associated infrastructure for construction, specific to performing services similar to those described above in the paragraph titled Project Information.
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 content of Section F is not to be altered and all items within Section F shall be answered completely.
All projects must have been completed within ten (10) years of publication of this solicitation announcement (see Block 22).
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 state the percentage of work they performed.
If a proposed subcontractor also worked on the project, state the percentage 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 Type and the Offeror's role on the project, for example, Full Design, Design Build RFP Developer, or Contractor's Designer of Record. 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. To demonstrate quality of past performance, for each project the Offeror must provide a Contractor Performance Assessment Report (CPAR). If a CPAR is not available, the Offeror must provide a completed NAVFAC/USACE Past Performance Questionnaire (PPQ). If a PPQ is provided and there is a CPAR, the CPAR rating will govern. Quality of past performance information for key projects may be placed in Part II. 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.
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 full-design type projects, projects with multiple buildings in a campus setting with complex data centers and specialized electronics, on military installations, and that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information. 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. Work Management (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 managing designs for Military Design and Construction, specifically in support of the CTC, Redstone Arsenal, AL. 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)
Offerors are to clearly demonstrate the capacity to accomplish at least three (3) $500,000 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 Redstone Arsenal, Huntsville, AL. The narrative should describe the any known geological features, climatic conditions, local construction methods, and/or other features that are unusual of unique to Redstone Arsenal. 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 measures 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 criteria 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 A-E 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 A-E firms or joint ventures (JVs) with the capabilities to perform this work are invited to submit one (1) complete PDF copy on Compact Disc (CD) or Digital Versatile Disc (DVD) of their SF330 (Architect-Engineer Qualifications) proposal to: DEPARTMENT OF THE ARMY, MOBILE DISTRICT, CORPS OF ENGINEERS, CESAM-EN-TS, Attn: Cheryl Ayler, 109 ST. JOSEPH STREET, MOBILE, AL 36602. 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 in the SF330 and label the CD or DVD with their company name and solicitation number. All will be considered UNRESTRICTED for evaluation purposes. 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/portal/public/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 Organization 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 folded neatly to 8-1/2 inches by 11 inches, each counting as one page respectively. Do not use multi-column formatting. The PDF copy on CD or DVD is to be organized as indicated below.
Part I of the SF330 shall not exceed 50 pages, front side only, including tabs, separators and blank sheets, and shall be organized as follows:
Tab A - SF330, Part I, Sections A, B, C and D.
Tab B - SF330, Part I, Section E.
Tab C - SF330, Part I, Section F.
Tab D - SF330, Part I, Section G.
Tab E - SF330, Part I, Sections H and I.
Part II of the SF330 shall not exceed 30 pages, front side only, including tabs, 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:
Tab F - SF330, Part II
Tab G - Joint Venture Agreement (as applicable) (This document does not count against the page limitation for Part II.)
Tab H - Specialized Experience and Technical Competence - Quality of Past Performance (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 19 MARCH 2019. The Agency will not accept any offers received after this time and date. To verify your submittal has been delivered, you may email Ms. Cheryl Ayler at: Cheryl.L.Ayler@usace.army.mil. The Selection Board is tentatively scheduled to commence on or about 04 April 2019.
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 08 March 2019, 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: W9127819R0041. The Bidder Inquiry Key is: S5FFF2-FDDCE4. 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.