ENGINEERING SERVICES IN SUPPORT OF THE UTILITY MONITORING AND CONTROL SYSTEMS (UMCS) PROGRAM, THE ELECTRONIC SECURITY SYSTEMS (ESS) PROGRAM, AND THE ARMY METERING PROGRAM (AMP) (№7833546)

04 may

Number: 7833546

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


04-05-2018

Description


ENGINEERING SERVICES IN SUPPORT OF THE UTILITY MONITORING AND CONTROL SYSTEMS (UMCS) PROGRAM, THE ELECTRONIC SECURITY SYSTEMS (ESS) PROGRAM, AND THE ARMY METERING PROGRAM (AMP)Solicitation Number: W912DY-16-R-0006
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE HNC, Huntsville

Solicitation Number: W912DY-16-R-0006

Notice Type: Award

Contract Award Date: May 3, 2018

Contract Award Number: W912DY-18-D-0017

Contract Award Dollar Amount: Not to exceed $45000000.00

Contractor Awarded Name: Dewberry Engineers, Inc.

Contractor Awarded DUNS: 078706340

Contractor Awarded Address: 2610 Wycliff Road
Raleigh, North Carolina 27607
United States

Synopsis: Added: Aug 05, 2016 4:10 pm Modified: Sep 01, 2016 4:43 pm

Track Changes W912DY-16-R-0006
A-E SERVICES
For
Utility Monitoring and Control Systems (UMCS)
Electronic Security Systems (ESS)
Army Metering Program (AMP)
Multiple Indefinite Delivery Contracts (IDCs)
UNRESTRICTED COMPETITION
________________________________________

***The purpose of this amendment is to extend the SF 330 due date FROM 6 September 2016, 2:00 p.m. Central Timeo TO 8 September 20162:00 p.m. Central Time. All other terms and conditions remain unchanged.***

**The purpose of this amendment is to (1) provide ProjNet questions and Government responses, (2) revise sections 3.1.1, 3.1.2, 3.1.4 and 4.0 (3) added Attachment 5, sample commitment letter for key personnel. All changes are underlined. All other terms and conditions shall remain unchanged.**


Document Type: A-E Synopsis
Solicitation Number: W912DY-16-R-0006
Posted Date: 5 August 2016
Response Date: 6 September 2016
Classification Code: C, Architect and Engineering Services
NAICS Code: 541330, Engineering Services


Contracting Office Address


US Army Corps of Engineers (USACE), Engineering and Support Center, Huntsville (HNC)
CEHNC-CT-Pre-Award
4820 University Square
Huntsville AL 35816-1822


1.0 CONTRACT INFORMATION
General. This acquisition is being procured in accordance with the Selection of Architects and Engineers statute (also known as the Brooks Act) as implemented per the Federal Acquisition Regulation (FAR) Sub Part 36.6, Sub Part 236.6 of the Defense Acquisition Regulations Supplement (DFARS) and Sub Part 5136.6 of the Army Acquisition Regulation Supplement (AFARS); the USACE Acquisition Instructions (UAI); and Engineering Pamphlet (EP) 715-1-7 Architect-Engineer Contracting in USACE. The objective of this Architectural-Engineering (A-E) acquisition is to procure highly specialized services to provide continued technical and design support for the Utility Monitoring and Control Systems (UMCS) Program, Electronic Security Systems (ESS) Program, and the Army Metering Program (AMP). In order to accomplish this objective, the U.S. Army Engineering and Support Center (CEHNC) in Huntsville, Alabama plans to award, on an unrestricted basis, multiple Indefinite Delivery Contracts (IDCs). The IDCs will have a twelve (12) month base ordering period and four twelve (12) month optional ordering periods under which firm fixed price (FFP) task orders (TOs) will be negotiated. Each TO will specify its particular period of performance. It is anticipated that this acquisition will result in the award of up to five IDCs, three of which may be reserved for small A-E business firms. The Government reserves the right to award more, less, or none at all if it is determined to be in the best interest of the Government. The North American Industrial Classification System (NAICS) code 541330, Engineering Services, is applicable to this acquisition. The total capacity, to be shared by all awardees, is anticipated to total approximately $45000000 over a five year duration. To be eligible for contract award, the submitting A-E firm(s) must be registered in the System for Award Management (SAM), have the professional qualifications necessary for satisfactory performance of the required services, and must submit an acceptable subcontracting plan (applicable for large-sized firms only). These IDCs are anticipated to be awarded in the 4th Quarter of Fiscal Year 2017 for this requirement.

In accordance with FAR 52.236-23, Responsibility of the Architect-Engineer Firm, the A-E Firm shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the Firm under the contract. The Firm shall, without additional compensation, correct or revise any errors or deficiencies in its design, drawings, specifications, and other services. In accordance with DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Firm may perform any part or all of the supervision and inspection services for the construction contracts resulting from the A-E services, however, the A-E firm will not be responsible for the direct performance of the construction itself. In accordance with FAR 36.209, the A-E Firm and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction/design-build contracts that relate to any A-E TOs awarded under this contract. Potential Organizational Conflicts of Interest (OCIs) are also government by FAR Sub Part 9.5.


2.0 PROJECT INFORMATION


2.1 Description of Work

The UMCS program, ESS program, and AMP support the Army and other government agencies with (1) the planning, design, procurement, installation, testing and evaluation of UMCS; (2) the development, design, procurement and installation of ESS; and (3) the development, design, procurement and installation of meters and metering systems and the connection of those systems to a secure Meter Data Management System (MDMS). The A-E services under this requirement will assist the UMCS program, ESS program, and AMP with the development of designs, criteria and standards, master planning, master programming, feasibility studies, engineering reports, cost estimating, value engineering, commissioning and retro-commissioning, investigating site conditions, computer energy modeling, factory and site test participation, security engineering/cybersecurity, project scoping and budgeting, studies, technical evaluations as well as A-E administrative services related to construction, installation, fielding and commissioning of projects. The A-E firm shall, upon receipt of duly executed TOs , perform the requested services, generally described as follows: The A-E shall provide services required for investigation, planning, design, and testing of Utility Monitoring and Control Systems (UMCS); Fire Alarm Systems (FAS); Fire Protection Systems; Supervisory Control and Data Acquisition (SCADA) Systems; Heating, Ventilation and Air Conditioning (HVAC) Systems; telecommunications systems; alternative energy systems; Security Engineering and Other Electrical/Mechanical Design/Criteria Development, security systems (to include both ESS and Physical Security Systems), other Automated Control Systems and Miscellaneous Studies such as Value Engineering and retro-commissioning. This effort includes, but is not limited to, research, investigate and develop design criteria; investigating site conditions; investigating conditions of system inoperability and recommending solutions; master planning; preparing design packages and criteria documents; reviewing current criteria and designs; participating in factory tests, field tests, and engineering surveys; conducting state-of-the-art engineering analysis and other special studies; computer modeling; and providing other engineering functions as described in annexes and referenced documents to be added to the resultant contract.


2.2 Applicable Documents

UMCS, ESS and AMP designs developed and submitted shall comply at a minimum with the following;
a. CEHNC 1110-1-1, Design Manual for Architect-Engineers;
b. Unified Facilities Criteria (UFC) 3-470-01, UMCS Front End and Integration;
c. UFC 3-410-02, Direct Digital Control for HVAC and Other Building Control Systems;
d.UFC Series 4-0xx-xx, which includes all UFCs pertaining to security engineering and electronic security.


All designs shall be in accordance with the National Electrical Code (NEC), National Fire Protection Association (NFPA), and local codes. Specifications shall use, to the maximum extent possible, the existing Unified Facilities Guide Specifications (UFGS) available at the Whole Building Design Guide web site (http://www.wbdg.org/ccb/). Any unique codes and specifications required will be specified in the individual TOs.


Criteria developed and submitted shall comply with the requirements of the TOs and shall be formatted in accordance with UFC 1-300-01, Criteria Format Standard and UFC 1-300-02, UFGS Format Standard. These can be found at the Whole Building Design Guide web site (http://www.wbdg.org/ccb/).


Security Surveys: Surveys developed and submitted shall comply with the requirements of the TO and UFC 4-021-2.


All design documents shall have professional engineering/architectural stamps where specified in each individual TO.


2.3 Location of Work
These services will be performed for diverse locations within the Contiguous United States (CONUS) and in countries Outside the Contiguous United States (OCONUS), specifically South Korea, Japan, Italy and Germany. Requirements for performing tasks in other countries not already listed may be added at the task order level as the need arises.
3.0 SELECTION CRITERIA
The selection criteria for the basic IDC contract(s) are listed below. The primary selection criteria for this acquisition are listed below in descending order of importance. Criteria (1) through (5) are primary. Criteria (6) and (7) are secondary and will only be used as a "tie-breaker" among firms that are technically equal. Price will not be used as a criterion.

3.1 Primary Selection Criteria

3.1.1 Specialized Corporate Experience and Technical Competence (Criteria 1): Specialized experience and technical competence in which the primary purpose is to provide design and technical support at Department of Defense (DoD) facilities for the UMCS, ESS and the Army Metering Programs. The prime A-E firm and key subcontractors (i.e. any subcontractor expected to perform 10% or more of the requirements) should have experience working together. If a prime A-E firm is using a key subcontractor"s experience to qualify, the prime A-E firm shall submit letters of commitment (sample letter attached to this announcement) from those subcontractors and any key personnel employed by those subcontractors. Firms shall provide examples of three to five (3 to 5) projects performed by either the prime A-E firm or a key subcontractor demonstrating their experience in performing the requirements of sub criteria (a). At least two projects must address sub criterion (b).The agency will review only the maximum allowable projects in their order of submission; any projects thereafter will be disregarded. The A-E firm shall not submit a base contract (IDC/IDIQ, etc.) or multiple task orders as a project. Individual task orders from an IDC can be submitted as one project. Projects will only be considered from the prime or key subcontractor, or from subordinate, parent, or affiliated entities of the prime A-E firm that will be used for this proposed IDC and/or that share management with the prime A-E firm. The prime A-E firm must address which portions of the submitted example projects were completed by each participant. Relevant experience is defined as similar in size, scope and complexity to the services identified herein. Recent experience is defined as a design project completed within the last three (3) years from the date of this announcement. Firms must address sub-criteria (c) separately.

Sub Criteria (a): Specialized experience in the investigation, planning, design, and testing of UMCS; Building Automation Systems (BAS), ESS, security engineering. BAS based on LonWorks® technology; Fire Alarm Systems (FAS); Fire Protection Systems; Supervisory Control and Data Acquisition (SCADA) Systems; Heating, Ventilation and Air Conditioning (HVAC) and Retro-Commissioning of UMCS/BAS and HVAC. Preference will be given to those projects performed at DoD facilities and/or systems (i.e. systems that serve multiple buildings that are integrated and report to a central location).

Sub Criteria (b): Specialized experience of ensuring DoD and Army cybersecurity requirements are incorporated into the planning, design, and testing of the systems mentioned in Sub Criterion (a).

Sub Criteria (c): Provide a design quality control management approach tailored to this procurement, specifically explaining how the A-E will maintain the quality of the design and control cost. The A-E shall define the system that will be in place at the time of contract award to assure the design quality is maintained and provide a comprehensive description of how the quality control process will be executed.

3.1.2 Professional Qualifications (Criteria 2): The submitting A-E firm shall provide a Certificate of Authorization (or equivalent) to demonstrate that the prime A-E firm is permitted by law to practice the professions of architecture and/or engineering work in at least one state, territory, or jurisdiction of the United States as required by FAR 36.601-4(b). The following key personnel shall be licensed as a registered A-E professional in one of the states, territories or jurisdictions of the United States: principal architect or engineer of the firm, corporation, or entity; project manager(s); lead architect; and lead engineer in the disciplines of electrical, mechanical, structural, environmental, and fire protection. Firms shall identify the lead engineer for UMCS, ESS, and for the AMP as well as the lead quality control manager. These individuals shall be registered A-E professionals and can be one of the required key personnel identified above. Resumes for each of the above key personnel shall be provided and shall identify (1) at least one state, territory, or jurisdiction in the United States in which their registration is current and include their individual license number; and (2) their qualifications and credentials that are relevant to the satisfactory performance of the services required herein. A resume shall also be provided for the following individuals: a Certified Cost Engineer (CCE) or a Certified Cost Consultant (CCC) with demonstrated experience in Micro Computer Aided Cost Estimating System (MCACES); scheduler with demonstrated experience with Primavera; and an ESS designer. The CCE or CCC should have a minimum of 5 years of construction cost estimating experience. A resume should be provided for a Leadership in Energy and Environmental Design (LEED) Accredited Professional (AP), which may be one of the personnel identified above. Any key personnel who are not currently employed by the prime shall provide a signed letter of commitment that must accompany their resume (sample letter attached to this announcement). The submitting A-E firm shall state any key personnel who will have dual responsibilities. The Government will consider the qualifications, education, overall and relevant experience, and training of licensed, registered, and/or certified key personnel and longevity with the firm of the key management and technical personnel. The prime A-E firm shall have a registered Professional Engineer (PE) or registered Architect on staff.


3.1.3 Past Performance (Criteria 3): Past performance of the prime A-E firm and any key subcontractor(s) shall be provided on all projects submitted under 3.1.1, Specialized Corporate Experience and Technical Competence Criteria. The prime A-E firm shall provide a reference using the Past Performance Questionnaire (PPQ) (attached to this announcement) and/or a final Past Performance Information Retrieval System (PPIRS) report. The prime A-E firm is responsible for forwarding the PPQ to each past performance reference submitted under this synopsis. The submitting A-E firm should complete Blocks 1-4 of the PPQ and the client/customer completed Blocks 5-8 and the evaluation survey. The client/customer should return the PPQ to the firm to be submitted with the SF330 or send, via email, the PPQ directly to the Government point of contact identified in this synopsis. PPIRS may be queried for all prime, Joint Venture (JV) and key subcontractors. In addition to the above, the Government may review any other sources of information for evaluating past performance. In the event that adverse past performance information is obtained outside the PPIRS query and the A-E firm did not have the opportunity to respond, the A-E firm will have the opportunity to comment if the firm is in the slate of firms selected for discussions IAW FAR 36.602-3(c) or if adverse past performance is the determining reason why the firm is not in the slate of the most highly qualified firms.


3.1.4 Capacity (Criteria 4): Demonstrate capacity and an effective organization structure and project team to accomplish up to an estimated three (3) TOs simultaneously with a minimum value of $100000 per project in a one year period of time. Specifically, firms should describe its experience with similar size projects and the available capacity of key disciplines required to perform 3 TOs simultaneously; and the firm"s approach to rapidly ramping up/down as work load increases/decreases.


3.1.5 Knowledge of Locality (Criteria 5): Demonstrate capability to perform work throughout the CONUS and in countries OCONUS, specifically South Korea, Japan, Italy and Germany. Firms should demonstrate their capability to perform work in multiple geographic locations. Greater consideration will be given to the A-E firms who demonstrate the capability to perform work in diverse locations rather than only having experience in one geographic area.


3.2 Secondary Selection Criteria
3.2.1 Small Business (SB) and Small Disadvantaged Business (SDB) Participation (Criteria 6): Provide a plan describing the extent of participation of small businesses in the proposed contract team, measured as a percentage of the total estimated effort. All firms shall complete and submit the Small Business Participation Plan (SBPP) attached to this announcement. The small business participation targets for this acquisition are listed below.

Small Business Category % of Total Acquisition Value
Small Business (SB) 30%
Small Disadvantaged Business (SDB) 8%
Woman-Owned Small Business (WOSB) 7%
HUBZone Small Business (HUBzone) 3%
Service-Disabled Veteran-Owned Small Business (SDVOSB) 4%
Historically Black Colleges and Universities (HBCU) N/A*
Minority Institutions (MI) N/A*


*Even though there are no HBCU/MI targets, the A-E firm is encouraged to support these programs. The prime A-E firm will receive no strengths or weaknesses for the HBCU/MI programs.


3.2.2 Volume of DoD Contract Awards (Criteria 7): List volume of work awarded by DoD during the previous 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses.
4.0 SUBMISSION REQUIREMENTS
The prime A-E firm must be registered in the System for Award Management (SAM) to be eligible for award. Prime A-E firms may register via the SAM internet site at http://www.sam.gov. SF-330 submissions will be received until 1400 (2:00 pm) Central Time, 6 September 2016. Interested firms, serving as the prime A-E firm, having the capabilities to perform the work described above must submit five (5) hard copies and one (1) PDF copy on a compact disk (CD) of the SF 330 Part I and SF 330 Part II to the Contract Specialist as follows:
US Army Engineering and Support Center
CEHNC-CT-Pre Award
ATTN: Ms. Veronica Hannahs
4820 University Square, Huntsville AL 35816-1822.


All hard copy submissions shall be identical in content. The SF 330 Part I shall not exceed sixty (60) pages (8.5" x 11"), including no more than ten (10) pages for Section H. Each side of a sheet of paper is considered one page. All pages shall be 8.5" x 11"; however, the organizational structure in Section D of the SF330 may be a larger sheet folded into an 8.5" x 11" page. The hard copy submittal is to use no smaller than 12 font type. However, firms may use no smaller than 10 point font on organizational charts, graphs, tables and matrices. Charts, graphs, etc., may have only that amount of text to explain the item and shall not contain excessive text that circumvents the page and font limits. Pages that violate these limits will be removed from the submittal and will not be evaluated. Cover letters, table of contents, letters of commitments, section tabs, abbreviation/acronym pages, the Small Business Participation Plan, back cover pages, the Certificate of Authorization, PPQs and/or final PPIRS reports, and Part II of the SF 330 will not be counted in the sixty (60) page limit. Include the prime A-E firm"s DUNS number in the SF 330, Part I, Section H. In Section H, indicate the estimated percentage of involvement of each firm (prime, key subcontractors, and other subcontractors) on the proposed team. Facsimile transmissions will not be accepted. Any JV partnership must submit a signed and dated joint venture agreement as a part of the submittal. The JV agreement will not be included in the page count and shall be provided as an attachment. This is not a request for proposal. Award is anticipated to be made in the 4th Quarter of Fiscal Year 2017 or later.


Hand carried submissions shall be delivered to the mailroom at the following address:
US Army Corps of Engineering (USACE)
Engineering & Support Center, Huntsville (HNC), CT-Pre-award
4820 University Square
Huntsville, Alabama 35816-1822
The mailroom entrance is located at the North side of the building and is clearly marked from the outside. The mailroom personnel will receive the packages, date stamp, x-ray as appropriate, and call the person identified on the package. The mailroom hours for deliveries are 0800-1500, Monday-Friday, excluding holidays. Hand carried submissions must be date stamped by the mailroom personnel by the specified due date and time. Facsimile or email transmissions will not be accepted
Points of Contact (POCs):


Veronica Hannahs
Contract Specialist
[email protected]


Raven A. Nall
Contracting Officer
[email protected]


Interested firms are to post questions at www.projnet.org using bidder inquiry key PI26PU-MGDU95. The deadline for posting questions is 1400 (2:00 pm) Central Time, 19 August 2016.


Attachments:


1. Sample Letter of Commitment to use Key Subcontractors" Qualification
2. Past Performance Questionnaire (PPQ)
3. Small Business Participation Plan
4. 50 State Licensure - 1st Edition January 2015



Please consult the list of

document viewers if you cannot open a file. Package #1 Posted Date: August 5, 2016



Atttachment-1_LetterofCommofKeySub.doc (32.00 Kb) Description: Attachment 1 - Sample Letter of Key Subcontractor Commitment


Attachment-2_PPQ.doc (84.50 Kb) Description: Attachment 2 - Past Performance Questionnaire (PPQ)

Attachment-3_SBPP.docx (17.73 Kb) Description: Attachment 3 - Small Business Participation Plan (SBPP)

Attachment-4_50StateLicensure_1st_ed_Jan_2015.pdf (1759.09 Kb) Description: Licensure Information

Amendment 1 Type: Mod/Amendment

Posted Date: August 30, 2016



Attachment-5_LetterofKeyPersonnel.docx (37.13 Kb) Description: Attachment 5 - Sample Letter of Key Subcontractor Personnel Commitment

ProjNet_Q&As.pdf (100.56 Kb) Description: ProjNet A-E firm questions and Government responses



Contracting Office Address: P. O. Box 1600
Huntsville, Alabama 35807-4301
United States


Place of Performance: The services will be performed for diverse locations within the Contiguous United States (CONUS) and in countries Outside the Contiguous United States (OCONUS), specifically South Korea, Japan, Italy and Germany. Requirements for performing tasks in other countries not already listed may be added at the task order level as the need arises.

United States


Primary Point of Contact.: Robin Boateng, Contract Specialist

[email protected] Phone: 256-895-1611

Secondary Point of Contact: Latosha V. McCoy, Contracting Officer

[email protected] Phone: 2568951304