Posted: Feb. 15, 2008, 12:00 a.m. EST
CROSS REFERENCE MARKET RESEARCH HSFLGL08R00006. THIS IS NOT A REQUEST FOR PROPOSAL, THERE WILL BE NO SOLICITATION PACKAGE FOR DOWNLOAD FOR THIS ACTION. FIRMS MUST RESPOND BY SUBMISSION OF COMPLETED STANDARD FORM 330, ARCHITECT ENGINEER QUALIFICATIONS NO LATER THAN 4:00 P.M., 30 DAYS FROM DATE OF THIS NOTICE, AS OUTLINED HEREIN: Architectural-Engineering Services are required to provide Engineering, Planning, Design and Post Construction Award Services for Department of Homeland Security, Federal Law Enforcement Training Center (FLETC) projects. Projects will be executed in the FLETC locations of Glynco, Georgia (adjacent to Brunswick, Georgia); Artesia, New Mexico; Cheltenham, Maryland; and Charleston, South Carolina. The requirement will also encompass future Federal Law Enforcement Training Center locations, which may be established within the 50 United States. Services shall be secured by issuing individual delivery orders against a minimum of three multiple-award, multi-discipline contracts at each of the FLETC locations: 1) Artesia, NM; 2) Cheltenham, MD; and 3) Glynco, GA/Charleston, SC (considered a single location for this acquisition). Scopes of work require a multi-discipline approach including, but not limited to, architectural, mechanical, electrical, plumbing, fire protection, structural, civil, environmental, and other disciplines as required to conduct/execute field surveys, site and subsurface soil investigations, charrettes and concept/pre-design studies, program development, building and utility system investigations and evaluations, provide design/construction documents and construction cost estimates, post construction award review and management services, quality assurance, value engineering reviews, and other related services of the listed project types. The FLETC provides the requisite support and service facilities to establish and maintain a state-of-the-art law enforcement training facility. Such facilities may include, but are not limited to, indoor firing ranges, automobile driver training ranges, student dormitories, office buildings, classroom buildings, physical techniques training facilities, conference facilities (including auditorium and food service), parking structures, campus utility systems and roadway infrastructure, storm drainage structures, hazardous material storage facilities, and central utility plants. Projects may include, but are not limited to, new construction and/or major renovation and modernization of: (1) Classroom Buildings (All locations, ranging in size from 50,000 to 270,000 gross sq.ft.), (2) Driver Training Ranges and associated facilities (All locations), (3) Indoor Firearms Ranges (All locations), (4) Steam&/or Chilled Water Distribution System Improvements (Glynco), (5) Physical Techniques Facility (All locations), (6) Practical Exercise Facilities (All locations), (7) Dormitory/Student Housing (Glynco/Charleston & Artesia), (8) Utilities Upgrades to include power, water, and/or sanitary sewer distribution systems (All locations), (9) Office Buildings (All locations) (10) Roadway networks (All locations) and, (11) Cafeteria Renovation (All locations). It is anticipated that there will be a minimum of three basic contracts awarded for each of the three FLETC locations outlined herein, for a minimum of nine awards. However, the Government reserves the right to award as many contracts as deemed appropriate per location based on the responses to this announcement. The Government will utilize the procedures outlined in FAR Part 36, as supplemented, to competitively secure services of the most highly qualified firms, as determined by the A-E Evaluation board using the selection criteria outlined herein. Initial selection and award will not be project specific. Each contract will be a multi-discipline, indefinite delivery-indefinite quantity type contract. After the basic contracts have been awarded, delivery orders will be placed on an intermittent, ?as required,? basis to the most highly qualified firm as determined by review of SF330s on file of the basic contract A-E firms, which will be updated, at a minimum, annually. However, firms are not restricted from submitting revised SF330s as firm conditions change. Should a subsequent delivery order require special services or disciplines that are not included in the basic award, the Government reserves the right to request each basic contract awarded A-E firm, within the applicable regional contract pool, to advise if the firm is interested in being considered for the specific project. The request will be accompanied by a copy of the scope of services, an estimated construction cost, and evaluation and award factors for the specific project, if different from that used in the initial selection process. Typically, the time frame for this response will be 7 to 14 calendar days. The firms will be required to submit a revised SF 330, Architect-Engineer Qualifications, Part I, if interested, and outline the disciplines required to accomplish the specific requirement. Upon receipt of responses, the submissions will be reviewed and the firm deemed the most highly qualified firm as determined by the Government will be solicited for a price proposal for the project. As of this date, each basic contract will include a base contract period of one (1) year or $1,000,000.00 in fees, with the possibility of four (4) one-year option periods, or $1,000,000.00 in fees per option period, whichever occurs first. The options will be exercised only if found to be in the Government?s best interest (subject to workload and/or satisfaction of A-E performance). The total contract value for each contract will not exceed $5,000,000.00 for the contract life. The minimum and maximum design service fee for each subsequent delivery order will range between $5,000.00 and $500,000.00. There will be a guaranteed minimum of $10,000.00 for the life of each basic contract awarded. Some relatively small projects, with quick turnaround times, should be anticipated by successful firms. Architect-Engineer (A-E) firms may be required to work with a Construction Manager (at risk) (CMc) firm at the completion of the Schematic Design Phase stage. A-E firms must agree to accept a relationship of trust and confidence and covenants with the Government to furnish the A-E?s reasonable skill and judgment and to cooperate with the Construction Manager Contractor in furthering the interests of the Government. Use of CMc approach will be identified in each follow-on delivery order, if required. The purpose of this procurement is to select firms highly qualified to provide these A-E services. Due to the variety of projects anticipated, the selected firms must possess a wide range of professional services in-house for matters of expediency and quality with considerable experience in architecture and engineering for the law enforcement training facilities and the general types of facilities listed above. Design teams will be required to demonstrate considerable experience in designing firing ranges, driver training ranges, gymnasiums, classroom buildings, dormitories, food service facilities, roadways and various utility distribution systems. Experience must include an in-depth knowledge of related complex small arms ranges to include targetry and ballistic materials and classrooms with audiovisual systems. As part of each contract, asbestos and lead assessments may be required to determine the presence of asbestos or lead. When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required. Shop drawing review, construction management and quality assurance, and review of contractor furnished operation and maintenance manuals shall be required. A-E shall demonstrate the ability to perform studies and prepare environmental permit documentation for approval by various local, state, and national environmental agencies (i.e., USCOE, Georgia DNR). For projects of new construction and requiring Environmental Assessments and or plans necessary to obtain permits from environmental regulatory agencies (i.e., USACOE, and State Environmental Departments), required studies, reports, and documentation necessary to achieve project results may also be required. Firms unable to accept work that involves one or more of the efforts outlined herein, need not apply. Firms are required to prepare cost estimates utilizing the computerized CES, specifications in the SPECSINTACT system format, and drawings in AutoCAD compatible format. Firms shall have the ability to prepare bid/design/build contract packages. Facsimile (FAX) applications will not be accepted. Any inquiries (including submission of SF330) should identify the title, location, and solicitation number on the outside of the envelope. Architect-Engineer firms that meet the requirements described in this announcement are required to submit one copy of a completed SF330 form. Copies of SF330 forms are also required for proposed sub-consultants. SF330 forms are also encouraged from proposed sub-consultants who are expected to contribute significantly to the contract. SF 330s must be current, reflecting a date not more than one year from the date of this notice. The firm must demonstrate qualifications with respect to the evaluation factors stated herein. The A-E must demonstrate his/her and each key consultant?s qualifications with respect to the published evaluation factors outlined in this announcement. Pertinent statements relative to the evaluation factors shall be included in Part H.30 of the SF330. Firms responding to this announcement timely will be considered for slate/selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise or other requirements as listed. Following an initial evaluation of the qualification data and performance data submitted by the firm, three or more firms considered to be the most highly qualified to provide the services required will be chosen for interview. The Department of Homeland Security policy for selection of Architect-Engineer firms is not based upon competitive bidding procedures, but rather upon the professional services required. Submittals received after the closing date for submission will be deemed late and will not be considered in the selection of A-E firms under this announcement. Firms will be evaluated based on the following criteria, evaluation factors (1) and (2) are of equal and greatest importance; factors (6) through (7) are of lesser importance than factors (1) through (5). (1) Professional qualifications of the firm's proposed personnel and its sub-consultants (if proposed) necessary for satisfactory performance of required services. Resumes shall be included only for key persons expected to perform work under this contract (number of resumes shall not exceed TWO FOR EACH DISCIPLINE); shall identify anticipated role in performing contract work; shall show specific location of each person?s assigned office; shall only list work experience applicable to this contract; and shall list specific training, certification and experience relative to anticipated contract project assignments. Include in resumes the following: a. Principle of Firm and Key Team leaders are Licensed professionals. b. Project Manager has a professional license as an Architect/Engineer, Project Management. c. Professional (PMP), or Master of Business Administration (MBA). (2) Specialized recent (within the last five years) experience of the firm (including sub-consultants) and technical competence in the type of work required. a. Past performance on Federal Government IDIQ Design Contracts. b. Demonstrated user satisfaction. Include references from current contracts; Performance with CMc construction contracts In Part F of SF330 provide a synopsis of the scope of work, year work completed, point of contact and telephone number for each project listed. Include only projects involving civil engineering designs or studies. Each project listed shall include a list of the persons from the resume section who worked on the project and briefly describe their role in the project. (3) Capacity to accomplish the work in the required time: Describe your knowledge of the work area at FLETC Glynco, Charleston, Cheltenham and Artesia. Address your ability to respond should an accelerated design schedule be imposed. In a maximum of one page, provide a narrative and/or chart or graph showing the anticipated backlog of work over the next six-month period for key personnel proposed for use in this contract. Firms should include demonstrated success with: a. Communication between disciplines and with customer. b. Quality control c. Timely coordination between disciplines and customer requirements. d. Geographic relationship of team. Firms shall identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide one page maximum for you and sub-consultants that describe office automation support and systems and other supporting equipment (i.e., AutoCAD, SpecsIntact). Provide evidence that your firm is permitted by law to practice the profession of engineering in the State of residence, i.e., state registration number. (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules and evidence of demonstrated long term business relationships and repeat business with Government and private customers. Firms may submit letters of commendation received for the specific projects identified in Part F of SF330. Include demonstrated success in: a. Team experience and technical competency related to Federal Government IDIQ design contracts. b. Experience with energy conservation and water reduction in design contract. c. Managing multiple delivery orders. d. Communication and coordination with customer requirements. (5) Quality and cost control: Provide a one page maximum summary of how your firm approaches internal quality control and cost control processes and procedures. Identify how these will be maintained for all work by multiple offices and sub-consultants. Provide an example of your quality control program in action. (6) Geographical location of the offices (including sub-consultants) that will be involved in the contract. State anticipated mode of transportation to be used from each office and estimate approximate mileage and typical response time. Application of this criterion is contingent upon receiving an appropriate number of qualified firms. Demonstrate the following: a. Knowledge/experience at the FLETC sites. b. Registration/license at FLETC sites. c. Response time to FLETC sites. (7) E-VERIFY ? The Department of Homeland Security, Federal Law Enforcement Training Center is highly encouraging contractors to participate in the E-Verify program. This program is the Federal Electronic Employment Verification System used to ensure that a firm?s employees are authorized to work in the United States. This is a voluntary program, however the Government shall consider the extent to which an offeror demonstrates current, or recently initiated, enrollment and current, or planned participation in the E-Verify program, or any other successor program managed by DHS, during the evaluation of proposals. Firms will not be evaluated on an absolute standard, but rather the Government shall attribute more significance to offeror participation for an entire workforce versus participation only for single, or multiple, discrete workforce segments. Contractors not currently or planning participation will be given a neutral rating of this sub-factor in the evaluation of their response to this solicitation. Firms may register for the E-Verify Program on-line at: https://www.vis-dhs.com/employerregistration/. This site provides instructions for completing the Memorandum of Understanding (MOU) for official registration in the Program. Offerors may obtain additional information about E-Verify by visiting the U.S. Citizen and Immigration Services (USCIS) website at: http://www.DHS.GOV/E-VERIFY or calling the USCIS at 1 (888) 464-4218. The Government anticipates awarding at least fifty percent of the basic contracts to highly qualified Service Disabled Veteran Owned Small Business (SDVOSB) firms, i.e., if five contracts are awarded, at least three firms are expected to be SDVOSB concerns, or if six contracts are awarded, at least three firms are expected to be SDVOSB concerns. It is anticipated that the remaining fifty percent of the awards will be issued on an unrestricted basis. The final composition will be based on the quality and number of responses received from the SDVOSB concerns. However, should insufficient response be received from qualified SDVOSB Concerns, 100% of the action will proceed on an unrestricted basis. However, the Government will reserve the right to set-aside one award to an 8(a) firm, dependant on results from synopsis for slate/select. Firms are advised that as required by FAR 52.219-9, a large business successful offeror will be required to submit for approval, a subcontracting plan outlining which portions of the work subcontracted is to be awarded to Small Businesses; Veteran Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Zone Small Business (HUBZone), Small Disadvantaged Business (SDB), and Women-Owned Small Business (WOSB). This plan is not required with the submission of the SF330, but an acceptable subcontracting plan must be agreed upon prior to contract award to any large business. However, firms must address small business subcontracting criteria in the SF330, Block 30. Failure to submit and negotiate the subcontracting plan shall make the offeror ineligible for award of a contract. The Department of Homeland Security has assigned goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 40.0%. Included in the SB goals are targets for: SDB (including Historically Black College/Universities/Minority Institutions (HBCU/MI)) - 5.0%; WOSB ? 5%; HUBZone - 3.0%; and SDVOSB -3.0%. The selected A-E firm will be required to provide overhead, profit, and discipline hourly rates to the Contracting Officer within seven (7) days after receiving notice of selection. Primary NAICS Codes 541330 and 541310, Size Standard $4.5 million. However, other NAICS in the Professional, Scientific, and Technical Services may be applicable for a specific project. All responses are to be sent in hard copy within 30 calendar days of the date of this notice to Department of Homeland Security; Federal Law Enforcement Training Center; 1131 Chapel Crossing Road; Glynco, GA 31524; Attn: JoDeen Cuffe; Procurement Division, Bldg 93. Additional information relative to the above specific projects is not available and requests for same will not be considered. Site visit will not be conducted during the submittal period.