Architect-Engineer Services for IDIQ Contract with the Defense Commissary Agency (DeCA) (№12397934)

16 jan

Number: 12397934

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


16-01-2019

Description


Architect-Engineer Services for IDIQ Contract with the Defense Commissary Agency (DeCA)Solicitation Number: HDEC03-17-R-0001
Agency: Other Defense Agencies
Office: Defense Commissary Agency
Location: Construction - Design Office (HDEC03)

Solicitation Number: HDEC03-17-R-0001

Notice Type: Award

Contract Award Date: January 10, 2019

Contract Award Number: HDEC0319D0005

Contract Award Dollar Amount: Not to exceed $25000000 in base period and four option years

Contractor Awarded Name: KZF Design, Inc.

Contractor Awarded DUNS: 050661388

Contractor Awarded Address: 700 Broadway Street
Cincinnati, Ohio 45202
United States

Synopsis: Added: Jun 01, 2017 1:43 pm

THIS IS A REQUEST FOR QUALIFICATIONS. THIS IS NOT A REQUEST FOR PROPOSAL.


The Department of Defense (DoD), Defense Commissary Agency (DeCA), Engineering Directorate (LEE) is seeking Architect - Engineer (A-E) professional services for an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract.


This is being procured in accordance with the Selection of Architects and Engineers Statute, 40 U.S.C. 1102 and Public Law 92-582, (formerly known as the Brooks Architect-Engineer Act) as implemented in FAR Subpart 36.6.


Qualified and experienced A-E professionals and consultants shall provide A&E services related to new and existing government facilities worldwide as described herein for the Defense Commissary Agency (DeCA) under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract (FAR 52.216-1 Type of Contract).


DESCRIPTION OF SERVICES:
Architectural and Engineering Services are defined as professional services of an architectural and engineering nature required to be performed or approved by a person licensed, registered, or certified to provide these services. Architectural and engineering services include services associated with research, planning, development, design, construction, alteration or repair of real property and other professional services. Other professional services of an architectural or engineering nature would include special studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering drawing reviews, preparation of operating and maintenance manuals and other related services that logically or justifiably require the performance by registered architects or engineers or their employees.

The general Statement of Work (SOW) for this IDIQ contract will require firms to perform architectural and engineering commonly referred to as Title I, (Type A & B services), Title II, (Type C services) for the Defense Commissary Agency. The majority of work will be performed on commissary facilities located worldwide, and other as needed DoD facilities to include not limited to Base/Post Exchange, Mall Area/Food Court and Administrative Facilities.

Title I (Type A & B) services include services related to a specific construction project and consist of conducting field surveys and investigations to obtain design data and preparing contract plans, specifications, and cost estimates. These services include preliminary/concept designs, design development, technical specifications, project design analysis, preparation of preliminary and final construction drawings, studies and surveys, facility assessments, and comprehensive interior design packages that meet Unified Facility Criteria (UFC) 3-120-10. Services which include but are not limited to architectural, electrical, mechanical, refrigeration, civil, landscaping, investigation/remediation, structural, environmental, interior design, and cost estimating. Specific requirements may include but not limited to: fire protection, soils, life health safety upgrades, ADA upgrades, sustainable design, energy & environmental design, economic/lifecycle design, and renovation and modernization.

Title II (Type C) services include services related to a specific or proposed construction project and consist of supervision and inspection of construction. This includes inspecting, monitoring, and evaluating construction activities to validate conformance to plans and specifications, field testing, submittals reviews and change order management.


Other professional A-E services include services that are design and construction related that are connected to one or more projects. The services consist of but not limited to developing design criteria, fact-finding studies, surveys, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required.

SELECTION CRITERIA:
All work performed shall be under the direct control and supervision of the prime contractor"s principal owner, principal partner, or by a licensed Professional Engineer (PE) with over five (5) years" experience employed by the prime contractor.


The evaluation will consider education, training, registration, relevant experience and longevity with the firm. To be considered relevant, all experience demonstrated in response to the Selection Criteria shall be within five (5) years of the date of this request and in the type required in this synopsis.


Prospective A-E firms will be evaluated based on their demonstrated competence and qualifications for the type of professional services required. The Agency will evaluate each potential A-E firm in terms of this announcement. The selection criteria are listed below in their order of importance; item one (1) being most important.
1) PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services including sub-contractors. Resumes (Block E of the SF330) must be provided for all disciplines including consultants. In the resumes, under Relevant Projects, use the same discipline nomenclature as used in this announcement:
• Senior Architect
• Senior Structural Engineer
• Senior Mechanical Engineer
• Senior Refrigeration Engineer
• Senior Electrical Engineer
• Fire Protection Engineer: (BS or MS) in fire protection engineering from accredited institution, PE registration in related relevant field, NCEE or other qualifications as allowed by DOD Unified Facilities Criteria (UFC), document UFC 3-600-01 Change 3, 01 March 2013, Chapter 1-5 (http://wbdg.org/ffc/dod/unified-facilities-criteria-ufc/ufc-3-600-01).
• Civil Engineer
• Environmental Engineer
• Interior Designer
• Landscape Architect
• Cost Estimator: cost engineering specialist (s) must be certified by a professional organization such as AACE, ICEE, and PCEA. The Firm"s and/or consultant"s cost engineering specialist or estimating specialist(s), must be specifically identified and his, hers or their competence indicated by the resume(s).


2) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE in the design of DoD commissary facilities or commercial supermarket facilities, including the design of:
• production of programming documents
• sustainable design
• energy conservation
• energy management
• facility energy audits
• pollution prevention
• waste reduction
• use of recovered materials
• Antiterrorism/Force Protection
• evaluating contractor"s submittals
• performing construction surveillance

3) CAPABILITY to accomplish the work in the required time. The A-E firm must be capable of timely response(s) and timely deliverables while working on multiple task orders concurrently involving multiple engineering disciplines. Interested firms must be capable of demonstrating they have the capabilities to include adequate staff size to support the capacity to accomplish at least three (3) individual Architect-Engineer service task orders valued at $500000.00 to 2000000.00 simultaneously.


4) PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules and customer satisfaction. The selection boards shall use performance evaluations data from the Contractor Performance Assessment Rating System (CPARS), in accordance with FAR 42.1501 and may consider credible documentation included in the SF 330. If other data is obtained through other than CPARS and/or the submitted SF330, either favorable or unfavorable, during the entire selection process and prior to award it may be considered.

5) QUALITY MANAGEMENT as described in the firm"s quality management plan, including program management, subcontract management, management of key personnel, quality assurance process and cost control coordination of the in-house work with prime firm and consultants. Include prior experience of the prime firm and any significant consultants in Block H of the SF330.


6) LOCATION of the general geographical area of the project(s) and knowledge of the locality including familiarity with host nation regulations for overseas locations including Europe, the Far East, and U.S. Government Territories and Possessions.

7) SMALL BUSINESS PARTICIPATION the extent of small business participation, such as Small Disadvantaged Businesses (SOB), Women-Owned Small Businesses (WOSB), HUB Zone Small Businesses, Veteran-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses in a proposed contract team will be given greater consideration. Large business firms that intend to be awarded a contract must convey their intent to meet the minimum small business goals on the SF 330, Section C., by identifying subcontracting opportunities with small businesses.


CONTRACT INFORMATION:
The Government may award up to six (6) contracts. The term of the contract shall be for a base year with four (4) additional consecutive option years separately priced. The total value of all delivery orders will not exceed $5000000.00 per year, for each contract. The A-E is guaranteed a delivery order minimum value of $5000.00 during the life of the contract. Estimated contract start date is January 2018.


SUBMISSION REQUIREMENTS:
A-E firms wishing to be considered shall provide SF330, Rev. 8/2016 edition, Part I and Part II no later than June 30, 2017 by 3:00 p.m. (CST) to the address below:


DeCA Acquisition Management Directorate, LEAAF/Construction-Design Branch, 2250 Foulois Street., Suite 03, JBSA Lackland, Texas 78236-1007, Attn: Oralia Hernandez, phone 210-671-5279, email: [email protected].

A-E Firms shall submit two (2) copies of their SF330. Architect-Engineer Qualifications form shall be submitted in 3-ring binders, appropriately tabbed and shall not exceed 60 double-sided pages. FONT SIZE shall be at least 10 pitch or larger on white letter-sized paper (8 ½ inches by 11 inches). A-E Firms will provide a single page narrative discussion for each of the seven (7) criteria stated above. All requirements of this notice must be met for a firm to be considered responsive.

Submitting firms are to include the DUNS and CAGE numbers along with the name of the firm in Block 5 of the SF330, Part I, Section B.

The A-E will be within the North American Industry Classification System (NAICS) code 541310 Architectural Services. The small business size standard for this NAICS Code is $7.5M. Large business concerns, if selected will be required to submit a subcontracting plan in accordance with FAR 52.219-9 and DFARS 252.219-703.

To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM). Information regarding this registration may be obtained by accessing the web site www.sam.gov.


Submit questions in writing to [email protected] and [email protected] no later than June 12, 2017. All information relating to this request, including pertinent changes/amendments and information prior to the date set for receipt of qualification submissions will be posted on http://www.fbo.gov.


Added: Jun 16, 2017 4:05 pm


Replace the following paragraph under title SELECTION CRITERIA from "All work performed shall be under the direct control and supervision of the prime contractor"s principal owner, principal partner, or by a licensed Professional Engineer (PE) with over five (5) years" experience employed by the prime contractor." to read as follows: "All work performed shall be under the direct control and supervision of the prime contractor"s principal owner, principal partner, or by a professional and experienced licensed architect/engineer employed by the prime contractor assigned as the responsible party."


See attachment "Questions and Answers-AE Svs-HDEC03-17-R-0001.pdf."


All other items remain unchanged.


Added: Jun 20, 2017 4:11 pm


See attachment "Questions and Answers2-AE Svs-HDEC03-17-R-0001.pdf."


All other items remain unchanged.




Please consult the list of

document viewers if you cannot open a file. Questions and Answers Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Questions and Answers

Posted Date: June 16, 2017



QUESTIONS_and_ANSWERS--AE_Svs-HDEC03-17-R-0001.pdf (72.21 Kb) Description: Questions and Answers--AE Svs-HDEC03-17-R-0001

Questions and Answers 2 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Questions and Answers 2

Posted Date: June 20, 2017



QUESTIONS_and_ANSWERS_2--AE_Svs-HDEC03-17-R-0001.pdf (58.94 Kb) Description: Questions and Answers 2--AE Svs-HDEC03-17-R-0001



Contracting Office Address: 2250 Foulois St
Lackland AFB, Texas 78236-1039
United States


Place of Performance: Various

United States


Primary Point of Contact.: Elizabeth A Perez, Contract Specialist

[email protected] Phone: 210-671-5282 Fax: 210-671-1196

Secondary Point of Contact: Oralia Hernandez, Contracting Officer

[email protected] Phone: 210-671-5279 Fax: 210-671-1196