Kentucky Bids > Bid Detail

Architect/Engineer (A/E) Services For Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support Military Missions And Civil Works Projects for The Louisville District (LRL) Mission Boundaries

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159072387316528
Posted Date: Jan 4, 2023
Due Date: Feb 3, 2023
Solicitation No: W912QR23R0008
Source: https://sam.gov/opp/d18fa53682...
Follow
Architect/Engineer (A/E) Services For Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support Military Missions And Civil Works Projects for The Louisville District (LRL) Mission Boundaries
Active
Contract Opportunity
Notice ID
W912QR23R0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 04, 2023 01:27 pm EST
  • Original Response Date: Feb 03, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Louisville , KY 40202
    USA
Description

Description(s):



1.) SYNOPSIS: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services primarily for District-wide Army, Air Force, and Civil Works projects, and Nationwide Energy Resilience Investment Conservation Program (ERCIP), Interagency and International Services (IIS) and other military and non-military projects primarily within the Louisville District mission boundaries. Projects outside the primary mission area may be added at the Government's discretion upon agreement of the A/E firm.



Projects will be awarded by individual task orders. The maximum cumulative contract value for the total contract is $150,000,000. This is a five-year contract, with no option years. The estimated construction cost per project is between approximately $3,000,000 and $50,000,000.



A target of seven firms will be selected, with the Government being able to select less firms or more firms depending on the number of Offerors. If necessary, secondary selection criteria will be used as a tiebreaker between Offerors considered as technically equal. Once selected, the following factors will be used in deciding which selected Offeror will be utilized for task orders: past performance, quality of deliverables, capacity to accomplish the work in the required time, and uniquely specialized experience. Estimated start date is third quarter FY 2023.



As a contract specifically procured by the Louisville District for the Army, Air Force and Civil Works projects, the selected firms and relevant sub-consultants will be required to attend one two-day partnering workshop within 12 months of the award of the IDIQ contract. This workshop will require the attendance of representatives from project management, architecture, engineering and interior design disciplines to define the Government's expectations of the Offeror, create a positive working atmosphere, encourage open communication, and to identify common goals. Cost for these sessions will be borne by the selected Offeror.



In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services.



2.) PROJECT INFORMATION: The selected offeror will be solely responsible for the designs that they produce and will become the designer of record or Design-Build RFP preparer for each individual project on their contract. Projects may consist of military and non-military projects for the Army, Air Force, and Civil Works customers of USACE Louisville District. Project task orders under this indefinite delivery/indefinite quantity contract may include some or all of the following types of building structures: warehouses; administration/office buildings; maintenance shops (which include work bays, administration, special training, storage and support spaces); hospitals/medical clinics/facilities; physical fitness centers; lodging facilities; hangars; indoor firing ranges; training ranges; airfield paving; equipment hardstand areas; and other structures unique to Army and Air Force facilities and military installations. In addition, projects may be of Civil Works in nature including, but not limited to, studies and designs for drainage structures, navigation structures, dams and levees. ERCIP projects may consist of electrical, steam, and water projects in support of Energy Resilience and Conservation.



A/E services may consist of the following activities: preparation of construction solicitations for design-bid-build (complete design) projects and design build RFP's (request for proposal); concept level designs and engineering feasibility studies; military master planning; site investigation/assessment of existing conditions; value engineering services; engineering services during construction (shop drawing review, site inspection, etc.); design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; LEED Certification, sustainable design; construction cost estimates and schedules; technical studies/analysis in support of design for new construction and renovation; and comprehensive planning that is related to future construction requirements on military installations.



Additional A/E support services may include: civil site design; geotechnical studies; design for the renovation of existing facilities; interior design services; environmental compliance; National Environmental Policy Act documentation; controlled waste and flammable storage design; asbestos, lead and PCB surveys and/or abatement; and utility investigations. Other A/E services beyond traditional design may include: site selection; American Land Title Association surveys; deed and title services; DD form 1391 development; facility assessments; updating Standard Design Criteria; development of standard designs and value engineering workshops. Construction cost estimating will be accomplished for all design projects using the current generation and version of Micro-Computer Aided Cost Estimating System (MII) software (software and database is available from the Government for a nominal fee).



Unless otherwise specified, designs shall be performed using BIM technology, which utilizes computer aided design (CAD) technology with information loaded within three dimensional models. The A/E firm is responsible for the training and associated training costs for both primary and back-up BIM team members. Disciplines required for BIM are architecture, interior design, structural, mechanical, electrical, and cost estimating. BIM products will be produced in the current version of either the AECOSIM or Revit as specified in each task order. Traditional CAD deliverables, if required for individual task orders, shall include Microstation (.dgn) or AutoCAD (.dwg) files as specified in each task order.



3.) SELECTION CRITERIA: Selection criteria in descending order of importance are listed below. "a" through "d" are primary, and "e" is secondary.



a. Professional Qualifications:



The government's evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm.



Additional consideration will be given to offerors who provide individual team members who possess a current LEED BD+C credential, and additional consideration will be given to offerors who provide a BIM manager with a bachelor's or master's degree in architecture, engineering or construction management. Additional consideration will be given to offerors who provide environmental engineers with a professional engineering (PE) registration or Certified Industrial Hygienist (CIH) certification.



b. Specialized Experience and Technical Competence:



The government's evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F which include the Specialized Experience and Technical Competencies below. The Government also will consider the same Specialized Experience and Technical Competencies of individual team members in SF330 Section E as indicated in the brackets below.



1. Use of Building Information Modeling (BIM) [BIM Manager, Architect Designer, Mechanical Designer]



2. Design/Build project design methodology [Project Manager, Architect Designer, Mechanical Designer, Electrical Designer]



3. Sustainable design [Mechanical Designer/Checker, Electrical Designer/Checker, Architect Designer/Checker]



4. Design of anti-terrorism and force protection (ATFP) measures [Structural Designer, Mechanical Designer, Electrical Designer, Civil Designer, Architect Designer]



5. Construction cost estimating using MCACES MII [Cost Estimator]



6. Performance of design charrettes [Project Manager]



7. Use of SpecsIntact [Mechanical Designer, Electrical Designer, Structural Designer, Civil Designer and Architect Designer]



8. Successful demonstration of developing effective phased construction schedules in the design of a large renovation project (Greater than $20M) [Project Manager, Architect]



9. Seismic Design and Progressive Collapse Design [Architect Designer, Structural Designer/Checker]



The government will also consider prior experience between design team members working on the same project included in SF330 Section G.



Additional consideration will be given to offerors who provide a Design Quality Management Plan in SF330 Section H that demonstrates a clear understanding of USACE quality management policies and that details quality management activities that will be used in addition to those required by USACE policy.



c. Capacity:



The government's evaluation of the offeror's capacity narrative included in the Design Quality Management Plan in SF330 Section H will consider the offeror's ability to complete the work in the required time with the understanding that this contract may require multiple design teams to work multiple task orders at various locations simultaneously.



d. Past Performance:



The government's evaluation of past performance will consider the offeror's ability to design projects within funding limitations, comply with performance schedules, provide high quality design products, achieve required LEED Certifications, and minimize cost and time growth of the project during construction.



e. Small Business Participation:



The government's evaluation of the offeror's Small Business Participation plan will consider level of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members.



4.) SUBMISSION REQUIREMENTS: SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT MUST BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE. No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army’s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil). The DOD SAFE Application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for SAFE. Authentication is handled via email.



Anyone has access to DOD SAFE and the application is available for use by anyone. The SAFE “Getting Started Guide” has information on how to utilize the system (https://safe.apps.mil/about.php). Instructions for uploading are as follows:



1. Send an email to the Contracting Officer and Contract Specialist to receive the link to drop off your proposal. This will need to be completed five (5) business days prior to the proposal due date.



a. Renee Booth, Contract Specialist at Meranda.R.Booth@usace.army.mil



b. Josh Westgate, Contracting Officer at Joshua.K.Westgate@usace.army.mil



2. You will receive an email with the link to submit your drop off. The link will be provided no later than two (2) business days prior to the proposal due date.



3. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W912QR23R0008-FIRMNAME.



4. Click Upload button to send documents.



5. Guest Users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required).



File Size Limitations: offerors are advised to follow the DOD SAFE instruction for uploading files. DOD SAFE supports delivery up to 8GB. If needed, Offerors are advised to break the files down to smaller sections in order to upload it to the system. In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below.



File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention:




  • W912QR23R0008- FIRMNAME- VOLUME I

  • W912QR23R0008- FIRMNAME- VOLUME II



Each file name shall begin with the solicitation number followed by the firm’s name and a brief file description. Please see examples above.



File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 10 or larger. Pages shall be letter sized (larger page sizes (such as 11x17 foldouts, etc.) will be counted as one page. Proposals shall be in narrative format, organized, and titled so that each section of the proposal follows the order and format of the factors. Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented. Information pertaining to more than one evaluation factor should be repeated in each section for each factor.



Upload Completion and Deadline: Interested offerors shall submit proposals no later than the date and time specified on the solicitation document. The time and date of the proposal receipt will be upload completion/delivery time and date recorded within DOD SAFE site. Do not assume that electronic submission will occur instantaneously. Large files (e.g. 10MB or more) will take some time to upload. Offerors should time their upload effort with prudence by not waiting until the last few minutes- this will allow for unexpected delays in the transmittal process. Offerors are encouraged to keep a copy of the upload confirmation for their record. Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208.



Electronic Files: Files shall be in their native format (i.e .doc, .xls, .ppt, etc), or if in .pdf format, shall be in searchable text. Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulars shall be unlocked).



Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision “FAR 52.215-1, Instruction to Offerors- Competitive Acquisition (Jan 2017), “subparagraph (e), which is found in 00 21 00 Instructions of the RFP. The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations.



Additional instructions and clarifications for SF330:



SF330 Section D:



The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11” x 17” organizational chart as part of their submission. This will be considered only one page of their submission.



SF330 Section E:



The individuals identified by the project roles on the SF330 may not have multiple duties or be "dual-hatted."



Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 through 21. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. project manager, architect designer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below. Any additional resumes beyond the numbers identified in the below listing will not be evaluated.



1. Project Manager, Registered Architect or Professional Engineer, 10 years



2. Project Manager, Registered Architect or Professional Engineer, 10 years



3. Architect, Senior, Registered Architect, 15 years



4. Architect, Junior, Registered Architect, 10 years



5. Architect, Junior, Registered Architect, 10 years



6. Civil Engineer, Senior, Registered Professional Engineer, 15 years



7. Civil Engineer, Junior, Registered Professional Engineer, 10 years



8. Civil Engineer, Junior, Registered Professional Engineer, 10 years



9. Structural Engineer, Senior, Registered Professional Engineer, 15 years



10. Structural Engineer, Junior, Registered Professional Engineer, 10 years



11. Structural Engineer, Junior, Registered Professional Engineer, 10 years



12. Mechanical Engineer, Senior, Registered Professional Engineer, 15 years



13. Mechanical Engineer, Junior, Registered Professional Engineer, 10 years



14. Mechanical Engineer, Junior, Registered Professional Engineer, 10 years



15. Electrical Engineer, Senior, Registered Professional Engineer, 15 years



16. Electrical Engineer, Junior, Registered Professional Engineer, 10 years



17. Electrical Engineer, Junior, Registered Professional Engineer, 10 years



18. Registered Communication Distribution Design (RCDD), 15 years



19. Fire Protection Engineer, Registered Professional Engineer, 15 years



20. Cost Estimator, Certified Cost Professional or equivalent, 15 years



21. BIM Manager, No Certification Required, 5 years



SF330 Section F:



For all projects included in SF330 Section F, project design must be complete within the last 5 years. Complete is defined as when the project can be advertised for construction. Of the up to eight projects included in SF330 Section F, a minimum two of the projects must be design/build request for proposal preparation by the offeror and minimum of two must be fully designed by the offeror. An IDIQ contract may be provided as a single project but must include a narrative describing the project requirements for specific task orders under the IDIQ contract.



SF330 Section H:



In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the 20-page limit of SF330 Section H or the 100-page limit for the entire SF330.



In SF330 Section H, each offeror shall present a Design Quality Management Plan including an explanation of the firm's management approach; management of sub-consultants (if applicable); quality control procedures (for plans, specification, design analysis and electronic documents); procedures to ensure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub-consultants). The Design Quality Management Plan shall also include a Capacity Narrative describing the offeror's ability to complete multiple projects simultaneously with available resources.



In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. The number of pages of the Small Disadvantaged Business Plan do not count against the total page count for the response to the RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a table with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% Participation').



Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 4:00 p.m. Eastern Time on 3 February 2023. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period.



To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov.



Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Ms. Renee Booth, 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202.



Contracting Office Address:



USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202



Point of Contact(s):



Renee Booth; Meranda.R.Booth@usace.army.mil



USACE District, Louisville



OFFEROR'S QUESTIONS AND COMMENTS



Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.ProjNet.org/ProjNet. As noted below, offerors shall not submit their proposals via ProjNet. Offerors shall submit their proposals in accordance with the provisions stated in the solicitation.



To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system.



The Solicitation Number is: W912QR23R0008



The Bidder Inquiry Key is: 78G66M – 8XGVTY



Specific Instructions for ProjNet Bid Inquiry Access:



1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.



2. Identify the Agency. This should be marked as USACE.



3. Key. Enter the Bidder Inquiry Key listed above.



4. Email. Enter the email address you would like to use for communication.



5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form.



6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.



7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.





Specific Instructions for Future ProjNet Bid Inquiry Access:



1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in.



2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.



3. Identify the Agency. This should be marked as USACE.



4. Key. Enter the Bidder Inquiry Key listed above.



5. Email. Enter the email address you used to register previously in ProjNet.



6. Select Continue. A page will then open asking you to enter the answer to your Secret Question.



7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system.



From this page you may view all bidder inquiries or add an inquiry.





Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.



Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.



The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.



Information concerning the status of the evaluation and/or award will NOT be available after receipt of



bids/proposals.



NOTES:



1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation.



2. Government responses to technical inquiries and questions relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the solicitation governs. Any changes or revisions to the solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary.



The ability to enter technical inquiries and questions relating to proposal procedures or bonds will be disabled five (5) days prior to the closing date stated in the solicitation. No Government responses will be entered into the ProjNet system within two (2) days prior to the closing date stated in the solicitation.





Attachment 1: Past Performance Questionnaire (PPQ)


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 04, 2023 01:27 pm ESTPresolicitation (Original)

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 >